tender document - ltc.gop.pkltc.gop.pk/downloads/tender_doc_afc-bss_v14_02-08-2012.pdf · punjab...

105
Tender Document THE TRANSPORT DEPARTMENT GOVERNMENT OF THE PUNJAB THROUGH PUNJAB INFORMATION TECHNOLOGY BOARD (PITB) GOVERNMENT OF THE PUNJAB 11 th Floor, Arfa Software Technology Park (ASTP), 346-B, Main Ferozepur Road, Lahore, PAKISTAN Phone: (+ 92) (42) (35880062), Fax: (+92) (42) (99232123) URL: www.pitb.gov.pk PROCUREMENT OF EQUIPMENT AND INSTALLATION, OPERATIONS AND MAINTENANCE OF PROVEN GLOBALLY DEPLOYED AUTOMATED FARE COLLECTION & BUS SCHEDULING SYSTEM AFC-BSS

Upload: vukhanh

Post on 12-Jul-2018

216 views

Category:

Documents


0 download

TRANSCRIPT

Tender Document

THE TRANSPORT DEPARTMENT

GOVERNMENT OF THE PUNJAB

THROUGH

PUNJAB INFORMATION TECHNOLOGY BOARD (PITB)

GOVERNMENT OF THE PUNJAB

11th Floor, Arfa Software Technology Park (ASTP),

346-B, Main Ferozepur Road, Lahore, PAKISTAN

Phone: (+ 92) (42) (35880062), Fax: (+92) (42) (99232123)

URL: www.pitb.gov.pk

PROCUREMENT OF EQUIPMENT AND

INSTALLATION, OPERATIONS AND MAINTENANCE

OF PROVEN GLOBALLY DEPLOYED AUTOMATED FARE COLLECTION &

BUS SCHEDULING SYSTEM AFC-BSS

AFC-BSS Tender Document Page 2 of 105

Table of Contents

Important Dates .......................................................................................................................... 6

1. Invitation to Bid ............................................................................................................. 7

2. Bidding Details (Instruction to Bidders) ........................................................................ 9

3. Definitions.................................................................................................................... 10

4. Headings and Titles...................................................................................................... 11

5. Notice ........................................................................................................................... 11

6. Tender Scope ............................................................................................................... 12

7. Overview and Objectives ............................................................................................. 13

8. Contract type and duration ........................................................................................... 19

9. Services Required ........................................................................................................ 19

10. Key Service-level parameters ...................................................................................... 26

11. Revenue collection and payment mechanism (Applies to Lot# 1 and/or Lot# 3) ....... 26

12. Transport Department/PMA/MBS-PMU Responsibilities .......................................... 27

13. Key components of the solution .................................................................................. 27

14. Other high-level requirements ..................................................................................... 32

15. Tender/Bidder EligibilityTender Scope ....................................................................... 35

16. Tender Cost .................................................................................................................. 35

17. Joint Venture ................................................................................................................ 35

18. Examination of the Tender Document ......................................................................... 35

19. Amendment of the Tender Document .......................................................................... 36

20. Preparation / Submission of Tender ............................................................................. 36

21. Tender Price ................................................................................................................. 40

22. Tender Security ............................................................................................................ 40

23. Tender Validity ............................................................................................................ 41

24. Modification / Withdrawal of the Tender .................................................................... 41

25. Opening of the Tender ................................................................................................. 41

26. Clarification of the Tender by the Purchaser ............................................................... 42

27. Determination of Responsiveness of the Bid (Tender) ................................................ 42

28. Correction of errors / Amendment of Tender .............................................................. 42

29. Rejection & Acceptance of Tender/Bids .................................................................... 43

30. Acceptance Letter (Letter of Intent) ............................................................................ 44

31. Performance Security ................................................................................................... 44

32. Redressal of Grievances ............................................................................................... 44

33. Contract ........................................................................................................................ 50

34. Contract Documents and Information .......................................................................... 50

35. Contract Language ....................................................................................................... 50

36. Patent Rights and Rights to the Contents of the Program ............................................ 50

AFC-BSS Tender Document Page 3 of 105

37. Packing ......................................................................................................................... 50

38. Insurance ...................................................................................................................... 50

39. Warranty ...................................................................................................................... 51

40. Execution Schedule ...................................................................................................... 51

41. Payment........................................................................................................................ 51

Payment Schedule for Lot# 1 ................................................................................................... 52

Payment Schedule for Lot# 2 ................................................................................................... 52

Payment Schedule for Lot# 3 ................................................................................................... 52

42. Price ............................................................................................................................. 52

43. Contract Amendment ................................................................................................... 53

44. Assignment / Subcontract ............................................................................................ 53

45. Extensions in time for performance of obligations under the Contract ....................... 53

46. Liquidated Damages .................................................................................................... 53

47. Forfeiture of Performance Security ............................................................................. 54

48. Termination for Default ............................................................................................... 54

49. Termination for Insolvency .......................................................................................... 54

50. Termination for Convenience ...................................................................................... 54

51. Force Majeure .............................................................................................................. 55

52. Dispute Resolution ....................................................................................................... 55

53. Statutes and Regulations .............................................................................................. 55

54. Taxes and Duties .......................................................................................................... 56

55. Contract Cost ............................................................................................................... 56

56. Authorized Representative ........................................................................................... 56

57. Waiver .......................................................................................................................... 56

58. Training ........................................................................................................................ 57

59. Special Stipulations ...................................................................................................... 57

60. Technical Evaluation Criteria ...................................................................................... 59

COMPLIANCE SHEET FOR (LOT# 1) BIDS ....................................................................... 59

COMPLIANCE SHEET FOR (LOT# 2) BIDS ....................................................................... 62

COMPLIANCE SHEET FOR (LOT# 3) BIDS ....................................................................... 64

Technical Evaluation Criteria FOR (LOT# 1) ......................................................................... 65

Technical Evaluation Criteria FOR (LOT# 2) ......................................................................... 68

Technical Evaluation Criteria FOR (LOT# 3) ......................................................................... 71

61. Financial Cost/ Price Schedule .................................................................................... 73

Annexure-A: Technical Proposal Submission Form .......................................................... 82

Annexure-B: Financial Proposal Submission Form (Part of Financial Bid Envelope) .. 83 Annexure-C: Format for Covering Letter ........................................................................... 84 Annexure-D: Instructions for preparation of power of attorney ...................................... 85

Annexure-E: Undertaking .................................................................................................... 87

AFC-BSS Tender Document Page 4 of 105

Annexure-F: Affidavit ........................................................................................................... 88

Annexure-G: Tender Security Form .................................................................................... 89 Annexure-H: Performance Security .................................................................................... 90 Annexure-I: Financial Capacity of the Bidder ................................................................... 92

Annexure J: Service Level Agreement Format ................................................................... 93 Annexure K: High-level Equipment Specifications ............................................................ 99

AFC-BSS Tender Document Page 5 of 105

Important Note

Valid registered companies and Joint ventures complying with criteria given in this document are

eligible for this tender, hereafter referred to as Bidders.

There are two components to be assumed by bidders:

1. Supply of all necessary AFC-BSS items (including all hardware, software, networking, fare

media etc), and configures, customizes, deploys, and maintains the entire AFC-BSS solution.

2. Management of ticketing operations at PMBS stations, utilizing the deployed AFC-BSS

solution. This includes bank transactions, ticket sale and refunds, and customer facilitation at

turnstiles etc.

For a more elaborate list of roles and responsibilities in each case above, please refer to Clause 8

(“Services Required”) in this document.

Purchaser will evaluate received bids in the following order:

Lot# 1 (Bids for supply of all necessary AFC-BSS components (including all hardware, software,

networking, fare media etc), and configures, customizes, deploys, and maintains the entire

AFC-BSS solution and management of ticketing operations at PMBS stations, utilizing the

deployed AFC-BSS solution. This includes bank transactions, ticket sale and refunds, and

customer facilitation at turnstiles etc.

Lot # 2 and Lot # 3 will only be opened if the bids as received in Lot# 1 are found non conformant or

else found unreasonable by the Purchaser.

Lot# 2 (Bids for supply of all necessary AFC-BSS components (including all hardware, software,

networking, fare media etc), and configures, customizes, deploys, and maintains the entire

AFC-BSS solution)

Lot# 3 (Bids for managing ticketing operations at PMBS stations, utilizing the deployed AFC-

BSS solution)

A bidder may opt to bid for any or multiple Lots stated above. Purchaser reserves the right to select

the Lot that it ascertains as best fit for its needs. However,

It is mentioned that the Lot best suitable and opted by the Purchaser, would be awarded accordingly

as per rules, while the Purchaser reserves exclusive rights to cancel/annul or reject any one or all bids

submitted against any Lot at any time without giving any reason thereof.

AFC-BSS Tender Document Page 6 of 105

Bidders must ensure that they submit all the required documents indicated in the Bidding Documents

without fail. Bids received without, undertakings, valid documentary evidence, supporting documents

and various requirements mentioned in the Bidding Documents or test certificates are liable to be

rejected at the initial stage itself. The data sheets, valid documentary evidences for the critical

components as detailed hereinafter should be submitted by the Bidder for scrutiny. It is intimated that

no objection/revisions/supplement shall be entertained regarding the terms and conditions of the

Bidding Document submitted by the bidder.

Applicability of Punjab Procurement Rules, 2009

This Bidding Process will be governed under Punjab Procurement Rules, 2009, as amended from time to time and instructions of the Government of the Punjab received during the completion of the project

Important Dates

1. Last date of Bid Submission: August 17th, 2012 (3pm) – 11th floor Arfa Software Technology Park, Ferozepur Road, Lahore.

2. Pre-bid meeting: Tuesday, August 7th, 2012 (3pm) – 11th floor Arfa

Software Technology Park, Ferozepur Road, Lahore.

AFC-BSS Tender Document Page 7 of 105

1. Invitation to Bid

Punjab Information Technology Board (PITB), Government of the Punjab (The Purchaser), invites bids for

the “Procurement of Equipment and Implementation, Operations and Maintenance of Proven

Globally Deployed Automated Fare Collection & Bus Scheduling System (AFC-BSS)”.

1.1 PPRA Rules to be followed

Punjab Procurement Rules 2009 will be strictly followed. These may be obtained from PPRA’s website:

http://ppra.punjab.gov.pk/PublicPages/prorules1.aspx

In this document, unless otherwise mentioned to the contrary, "Rule" means a Rule under the Punjab Procurement Rules 2009.

1.2 Mode of Advertisement(s)

As per Rule 12, this Tender is being placed online at PPRA's website, as well as being advertised in print media. The bidding document carrying all details can be downloaded from PPRA’s website

www.ppra.punjab.gov.pk, PITB’s website http://www.pitb.gov.pk. All prospective bidders are required to register themselves with the Procurement Assistant, PITB at above given address, collect a Challan Form to submit an amount of Rs. 10,000/- in given head at State Bank of Pakistan or National Bank of Pakistan, the deposit slip must accompany the technical bids, elsewise the bid will stand rejected.

As per Rule 12(1), this Tender is being placed online at PPRA's website, as well as being advertised in print media.

1.3 Type of Open Competitive Bidding

As per Rule 36(b), Single Stage - Two Envelope Procedure shall be followed for each Lot that the bidder is bidding for. This is as follows:

i. The bid shall comprise of a single package containing two separate envelopes. Each envelope

shall contain separately the financial proposal and the technical proposal;

ii. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold

and legible letters to avoid confusion;

iii. Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened;

AFC-BSS Tender Document Page 8 of 105

iv. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the

procuring agency without being opened;

v. The technical proposal will be evaluated in a manner as per the clauses mentioned in this

document; and proposals which do not conform to the specified requirements as listed in said

document will be rejected.

vi. During the technical evaluation no amendments in the technical proposal shall be permitted;

vii. The financial proposals of technically qualified bidders shall be opened publicly at a time, date

and venue announced and communicated to the bidders in advance;

viii. After the evaluation and approval of the technical proposal the procuring agency, shall at a time

within the bid validity period, publicly open the financial proposals of the technically accepted

and qualified bids only. The financial proposal of bids found technically non-responsive shall be

returned un-opened to the respective bidders.

ix. The technically qualified bidder with lowest financial bid will be the successful bidder.

AFC-BSS Tender Document Page 9 of 105

2. Bidding Details (Instruction to Bidders)

All bids must be accompanied by tender security as part of financial proposal in favor of “Punjab

Information Technology Board” (As per provisions of Tender Security clause 22 of this document).

The bids along with the Call Deposit Receipt / Demand Draft / Bank Draft, Tender Forms, Affidavits,

etc., must be dropped in Tender Box # 1 placed at reception of PITB’s office located at 11th floor, Arfa

Software Technology Park, 346-B, Ferozepur Road, Lahore, PAKISTAN, on or before 1500 hours on

August 17th, 2012. The Technical bids will be publicly opened in the Committee Room of Punjab

Information Technology Board, 11th Floor, Arfa Software Technology Park, 346-B, Main Ferozepur Road,

Lahore, at 1520 hours on August 17th, 2012.

Queries of the Bidders (if any) for seeking clarifications regarding the specifications of the services must

be received in writing to the PITB by 08th August, 2012. All queries shall be responded to within due

time.

The bidder must submit bids in full conformity of the requirements mentioned vide this document.

Failure to meet this condition will cause disqualification of the bidder and subsequent rejection of the

relevant bid. The attention of bidders is drawn to the provisions of Clauses 20, 27 & 29 on

“Preparation / Submission of Bid”, “Determination of Responsiveness of Bid” and “Rejection &

Acceptance of Tender/Bids” respectively before preparing and submitting their bids.

The contact detail for all correspondence in relation to this bid is as follows:

Email: [email protected]

Joint Director (Development & Procurement)

Punjab Information Technology Board (PITB)

11th Floor, Arfa Software Technology Park,

346-B, Ferozepur Road, Lahore, Pakistan.

Bidders should note that during the period from the advertisement of the tender till the receipt of the bid, all queries should be communicated to the above contact in writing via e-mail at the above contact detail.

Bidders are also required to state, in their proposals, the name, title, fax number and e-mail address of the bidder’s authorized representative through whom all communications shall be directed until the process has been completed or terminated.

Purchaser will not be responsible for any costs or expenses incurred by bidders in connection with the

preparation or delivery of bids.

As authority competent to accept the tender, Purchaser reserves the right to cancel the tender, accept

or reject one or all bids without assigning any reason thereof.

AFC-BSS Tender Document Page 10 of 105

3. Definitions

3.1 “PMA” is a Punjab Metro Bus Authority, to be established by Government of Punjab.

3.2 “MBS-PMU” Metro Bus System (previously known as BRTS) Project Management Unit; as established under Transport Department for Metro Bus System in Lahore. Upon establishment of PMA, all the obligations of MBS-PMU will transfer thereafter to PMA.

3.3 “AFC-BSS” Automated Fare Collection and Bus Scheduling System, as asked for in the Tender Document. Initial phase is for AFC-BSS implementation for approximately 31 MBS-PMU stations in Lahore.

3.4 “LTC” stands for Lahore Transport Company; LTC is a wholly owned company of the Government of Punjab registered under section 42 of Companies Ordinance 1984.

3.5 “Client/Procuring Agency/Purchaser” means Punjab Information Technology Board (PITB), Government of the Punjab or any other person/entity for the time being or from time to time duly appointed in writing by the Purchaser to act as Purchaser.

3.6 “AFC-BSS Service Provider” or “Successful Bidder”: The technically qualified bidder with lowest financial bid, who has the probability of award of contract for AFC-BSS Project, subject to necessary approvals and applicable policies.

3.7 “Confirmation” means confirmation in writing.

3.8 “Bidder/Tenderer” means a registered company or joint venture that has submitted its bid as per the criteria/specifications listed.

3.9 “Contractor” means successful Bidder/Tenderer.

3.10 “Contract” means the contract proposed to be entered into between the procuring entity and the Bidder, including all attachments, appendices, and all documents incorporated by reference therein.

3.11 “Contract Price” means the price payable to the Contractor under the Contract for the full and proper performance of its contractual obligations.

3.12 "Pre-Bid Conference/Meeting" means the meeting conducted by the procuring entity on given date and time prior to actual date of bid opening.

3.13 “Procurement Methods” means any one of the procurement modes / methods as provided in the Punjab Procurement Rules 2009 published by the Punjab Procurement

AFC-BSS Tender Document Page 11 of 105

Regulatory Authority (PPRA), Government of Punjab. “Proposal” means the Technical Proposal and the Financial Proposal for the provision of the Services submitted by a bidder in response to RFP.

3.14 “RFP” means Request for Proposals, including any amendments that may be made by the procuring entity for the selection of bidder.

3.15 “SBD” means Standard Bidding Documents.

3.16 “SCC” means the Special Conditions of Contract.

3.17 “Services” means the tasks to be performed by the bidder pursuant to the Contract as mentioned vide this document.

3.18 “TEC” means the Technical Evaluation Committee, constituted for the purpose of evaluating the Proposals received.

3.19 “Terms of Reference” or “TOR” means the document which explains the objectives, scope of work, activities, task to be performed, respective responsibilities of the procuring entity and the bidder, and expected results and deliverables of the assignment.

3.20 “VC/Venture Capitalist/Venture Capital firms” means A person or investment firm that makes venture investments

3.21 "Works" means work to be done by the Contractor under the Contract.

3.22 “GoPb” means Government of the Punjab

4. Headings and Titles

In this document, headings and titles shall not be construed to be part thereof or be taken into consideration in the interpretation of the document and words importing the singular only shall also include the plural and vice versa where the context so requires.

5. Notice

5.1 In this document, unless otherwise specified, wherever provision is made for exchanging notice, certificate, order, consent, approval or instructions amongst the Contractor and the Purchaser, the same shall be:

5.1.1 in writing;

AFC-BSS Tender Document Page 12 of 105

5.1.2 issued within reasonable time;

5.1.3 served by sending the same by courier or registered post to their principal office in Pakistan or such other address as they shall notify for the purpose; and

5.1.4 The words "notify", "certify", "order", “consent”, “approve”, "instruct", shall be construed accordingly.

6. Tender Scope

6.1 Punjab Information Technology Board (PITB), Government of the Punjab (The Purchaser), invites/requests Proposals (hereinafter referred to as “the Tenders”) for the Procurement of Equipment and Installation, Operations and Maintenance of proven, globally deployed Automated Fare Collection and Bus Scheduling System (AFC-BSS) in Lots as defined in this document, for Punjab Metro Bus System.

6.2 In the first phase, the AFC-BSS solution needs to be rolled out for approximately 31 stations of MBS-PMU (2 platforms at each station, and 4 turnstiles at each platform). Eventually the system may be rolled out for other routes as well.

6.3 The AFC-BSS software comprises of the following core components and its associated equipment and services:

Automated Fare Collection System

Bus Scheduling and Vehicle Location system

Passenger Information System

6.4 High-level requirements for these systems are outlined in relevant sections in this document. It is mandatory that interested bidders propose only reliable, proven, globally deployed solutions, incorporating industry best practices.

6.5 Bidder is responsible to transfer implementation including equipment, skill set to Purchaser upon contract termination/completion.

AFC-BSS Tender Document Page 13 of 105

7. Overview and Objectives

7.1 Government of Punjab has taken an initiative to improve public transportation in capital of the province. AFC-BSS is one such initiative which aims to introduce modern standards in the transportation sector. The initiative includes restructuring of infrastructure of roads to incorporate dedicated bus lanes, development of bus stations and inclusion of modern buses in the existing fleet.

7.2 MBS-PMU initially spans over approximately 32 KM running through the heart of city on Ferozepur Road. Key locations throughout the city are targeted to maximize ridership from all surrounding areas.

7.3 Roughly 31 stations have been planned to be built throughout the entire route of MBS-PMU in the initial phase. The whole stretch of 31 stations spans from Gajju Matta to Shahdra in Lahore. The picture below highlights general station layout.

AFC-BSS Tender Document Page 14 of 105

AFC-BSS Tender Document Page 15 of 105

AFC-BSS Tender Document Page 16 of 105

7.4 Automated Fare Collection and Bus Scheduling System (AFC-BSS) serves as an information system coupled with necessary hardware and software to authenticate entry/exit of passengers into bus stations, and to monitor adherence to bus schedules. The system should provide variety of fare media including throwaway cards, reusable RFID tokens, and smart cards. Smart cards may be recharged to a stated, agreed upon max limit, for travel onto BRT stations.

7.5 The AFC-BSS system must have the capability to handle flat rate, staged/zone based and distance based fare policies, and must be scalable/expandable to any number of stations, cities, and passenger volumes.

7.6 The total numbers of the registered motor vehicles in Lahore in 2005 were 1.2 million as compared to 0.5 million in 1998 (Source: Excise & Taxation Department GoPb 2006). The number has doubled in the time span of just under a decade. The city of Lahore amongst all the five big cities of Punjab has the highest annual vehicle growth rate of about 16 percent. Keeping in view the growth rate of 16 % the total number of vehicles in Lahore in 2009 is approximately 2.30 million. There are around 500 buses operating in Lahore. Maximum daily estimated trips of all modes are around 20.987 million trips /day.

AFC-BSS Tender Document Page 17 of 105

Table: Estimated Daily Passenger Traveling in Lahore (Source: JICA LUTMP Study 2010)

Mode No of Trips (000)

Walk 3729

Motor Cycle/Bicycle 3263

Car 1517

Wagon, Bus, Mazda 1620

Rickshaw, Qing chi 1363

Other 303

Total 11795

Table: Estimated Daily Passenger Traveling in Lahore. Category wise vehicles (as of December 2010) registered in Lahore are shown below:

CATEGORY WISE VEHICLE REGISTEED IN LAHORE

CATEGORY COUNT

AMBULANCE 1,082

BUS 23,500

CRANE 208

DELIVERY VAN 41,040

DOUBLE CABIN 2,633

EARTH MACHINERY 41

EXCAVATOR/GRADER 241

MINI BUS 4,016

MOTOR CAR 623,019

MOTOR CYCLE/SCOOTER 1,492,225

NON A.C BUS 23,527

PICKUP 36,232

RICKSHAW (4-STROKE CNG) 26,119

RICKSHAW 66,413

TAXI CAB 9,596

TRACTOR 26,854

TRUCK 18,839

WAGON 9,220

TOTAL 2,404,805

AFC-BSS Tender Document Page 18 of 105

Travel demand for each type of traffic is also shown below in the table.

7.7 The demand in 2005 was almost 7 million which is expected to rise to more than 11 million by the year 2021 as per the study conducted by MVA Asia Limited, 2006. JICA recorded 8 million Trips per day in the year 2010 which appears in-line with the demand projected by MVA Asia. The current demand is highest for the public transport constituting 50% of the total demand.

7.8 Anticipated ridership volumes on PMA/MBS-PMU system are estimated to be 60,000 per-day in the first 6-months of the operation.

7.9 Future Expansion Plans Once, the AFC-BSS solution is successfully adopted for current phase of MBS-PMU, there are plans to roll out the solution for later phases of MBS-PMU, and eventually LTC Operations may be included as well.

Following are the key objectives of the project

To capture ridership and revenue data which can be used in better scheduling and service planning provide accurate data for federal reporting.

To create a platform based on industry standard technology which can provide a basis for extension and integration.

Transparent and reliable mechanism of reporting payments due to bus operators - based on agreed upon and approved payment formulas and policies.

Online secure dashboards, accessible by all stakeholders, via centralized system in order to facilitate timely and informed decisions.

To Provide better customer experience and convenience through increased reliability, efficiency, and flexibility

AFC-BSS Tender Document Page 19 of 105

8. Contract type and duration

Contract period is (03) three years, extendable based on needs, compliance to defined Service Level Agreement (SLA), audit reports, and other requirements stated in this Tender Document, and formal contract.

9. Services Required

Contractual obligations of the successful bidder’s (AFC-BSS Service Provider’s roles and

Responsibilities):

AFC-BSS Solution Deployment and onsite technical support (Lot # 1):

1. Install, configure, customize, deploy, and thoroughly test all AFC-BSS components -

including all related equipment and software necessary for the smooth running of the

system., with provisions of this tender document, good industry practices, applicable

laws, and technical specifications of components stated in this document.

2. Provision and maintain a robust, scalable, secure, and efficient data communications

network connecting PMA stations and other designated network points (See Annex L

for details), to the datacenter/hosting site as well as the central PMBS control center.

3. Deploy suitably skilled personnel (dedicated team) for configuration/customization,

installation, and prompt and efficient technical support/maintenance of all AFC-BSS

components.

4. Adequate spare parts and fully functional maintenance lab must be in place, in order

to ensure uptime defined in the Service Level Agreements. Setup local workshop(s) to

ensure timely maintenance and replacement of the equipment installed. Cost to be

borne by service provider/successful bidder.

5. Submit detailed design, specifications, documentation, and manuals (softcopy) of

related AFC-BSS system components being implemented - for approval by PITB and

MBS-PMU.

6. Establish formats, standards, database parameters, and protocols for communication

among the different sub systems of AFC-BSS.

7. Adhere to timelines of the AFC-BSS project implementation specified in this RFP.

8. Provide monthly reports on progress of AFC-BSS implementation as per scope defined

in this tender document.

9. Ensure quality, robustness, security, and functionality of all hardware, software

AFC-BSS Tender Document Page 20 of 105

components associated with AFC-BSS.

10. Implement a secure and protected access control system to control access to AFC-BSS

software application systems and databases, limiting access to authorized personnel

only. Also setup primary and secondary (disaster recovery) hosting sites and ensure

regular and tested data backup.

11. Implement appropriate security measures for the information and data generated

from operations of AFC-BSS, and deploy standard disaster management procedures,

contingency plans, and back-up plans to cope with any system failure.

12. Impart meaningful and timely training to all staff associated with AFC-BSS as well as

selected staff of PMA

13. Document a detailed equipment and AFC-BSS component maintenance plan in

consultation with PMA, and implement it. The plan must cover procedures and

parameters for preventive and break-down maintenance, as well as maintenance

review procedures.

14. Guarantee up-time and adequate performance of AFC-BSS components at Bus

Stations, on the Buses, Control Center, Central Datacenter.

15. Guarantee smooth functioning of all AFC-BSS components during the entire contract

period

16. Plan and conduct regular disaster recovery drills, security audits, and performance

tuning activities. Timely submit associated plans, schedules, and results for review.

17. Coordinate all equipment and software maintenance activities well in advance with

authorized/designated personnel at PITB/PMBS-PMU.

18. Raise timely requests for equipment replacement, and seek timely approvals from

designated/authorized personnel for issuance of replacement parts.

19. Replace faulty equipment, hardware, software at its own cost so as to ensure

adherence to stated service-level parameters.

20. Regularly check, and timely upgrade and maintain all possible ICT infrastructure

including hardware, software, and network infrastructure and ensure adherence to

stated service-level parameters.

21. Integrate with other Intelligent Transport Systems (ITS) add-ons, if any.

22. Integrate AFC-BSS system with banking software system of the Bank of Punjab, in an

efficient and secure manner.

AFC-BSS Tender Document Page 21 of 105

23. Ensure that only authorized personnel of PMA should have secure access to add or

change key configuration parameters (related but not limited to smart-card

parameters, fare rates/policies etc).

24. Provide authorized Transport Department staff (and other authorized Government

personnel) secure, 24x7 online access to updated Management Information System

reports and features -covering all critical aspects of AFC-BSS operations, alerts, faults,

and audit logs.

25. The validators shall reduce / cancel the value of a card / token to cause deduction of fare, and all real-time scanned information shall be stored.

26. Obtain all necessary permits under all applicable Laws required to proceed with AFC-

BSS Project implementation, and comply with applicable laws, regulations, and

permits during the contract period.

27. Cooperate with all other service providers and facilitate their operations in the MBS-

PMU/PMA system.

28. Be responsible for the conduct and functioning of all staff employed on the AFC-BSS

project. The service provider shall ensure efficient services, polite and courteous

behavior of its employees. The Service Provider shall be liable for any misconduct or

unreasonable offense of its employees and shall take prompt and appropriate action.

29. Participate in all meetings, committees, etc, as directed by MBS-PMU from time to

time.

30. Ensure smooth transfer of all hardware, software, and equipment forming the part of

AFC-BSS Project, to the procuring agency, upon contract completion/termination – in

good running condition.

31. Operate ticket office terminals at all stations under MBS-PMU/PMA. Non-A/C lockable

cabin will be provided by MBS-PMU/PMA.

32. In-order to ensure there are no ticketless travelers within the system, the bidder shall

also provide manpower at turnstiles.

33. Deploy suitably skilled personnel at PMBS stations to efficiently manage ticket sales

(using the implemented AFC-BSS solution interfaces), and to facilitate passengers at

turnstiles.

34. Ticket offices must operate during operations of the MBS-PMU buses – tentatively decided as 18 hours a day.

35. Ensure prompt and efficient response time related to all service delivery aspects

AFC-BSS Tender Document Page 22 of 105

associated with ticket sales/refunds, turnstile entry/exit process, etc.

36. Timely raise alerts to the PMBS control center staff in case of issues with equipment

or system functioning.

37. Be responsible for the conduct and functioning of all staff employed on the AFC-BSS

project towards passengers and PMBS staff as well as authorized staff of other

relevant government agencies.

38. The service provider shall ensure efficient services, polite and courteous behavior of

its employees. The Service Provider shall be liable for any misconduct or

unreasonable offense of its employees and shall take prompt and appropriate action.

39. Cooperate with all other service providers and facilitate their operations in the MBS-

PMU/PMA system.

40. Participate in all meetings, committees, etc, as directed by MBS-PMU from time to

time.

41. Take prompt and reasonable action for resolution of each complaint – including

complaints received from passengers as well as from PMA/MBS-PMU related to ticket

sales and turnstile facilitation. What about passenger info system and bss?

42. Agree to and abide by the “Revenue Collection and Payment Mechanism” stated in

this document.

43. Ensure integrity of cash collection and reconcile with sales/transaction reports daily to

ensure there is no differences.

44. Obtain all necessary permits under all applicable Laws required to proceed with AFC-

BSS Project implementation, and comply with applicable laws, regulations, and

permits during the contract period

AFC-BSS Tender Document Page 23 of 105

AFC-BSS Solution Deployment and onsite technical support (Lot # 2):

1. Install, configure, customize, deploy, and thoroughly test all AFC-BSS components - including all

related equipment and software necessary for the smooth running of the system., with

provisions of this tender document, good industry practices, applicable laws, and technical

specifications of components stated in this document.

2. Provision and maintain a robust, scalable, secure, and efficient data communications network

connecting PMA stations and other designated network points (See Annex L for details), to the

datacenter/hosting site as well as the central PMBS control center.

3. Deploy suitably skilled personnel (dedicated team) for configuration/customization, installation,

and prompt and efficient technical support/maintenance of all AFC-BSS components.

4. Adequate spare parts and fully functional maintenance lab must be in place, in order to ensure

uptime defined in the Service Level Agreements. Setup local workshop(s) to ensure timely

maintenance and replacement of the equipment installed. Cost to be borne by service

provider/successful bidder.

5. Submit detailed design, specifications, documentation, and manuals (softcopy) of related AFC-

BSS system components being implemented - for approval by PITB and MBS-PMU.

6. Establish formats, standards, database parameters, and protocols for communication among the

different sub systems of AFC-BSS.

7. Adhere to timelines of the AFC-BSS project implementation specified in this RFP.

8. Provide monthly reports on progress of AFC-BSS implementation as per scope defined in this

tender document.

9. Ensure quality, robustness, security, and functionality of all hardware, software components

associated with AFC-BSS.

10. Implement a secure and protected access control system to control access to AFC-BSS software

application systems and databases, limiting access to authorized personnel only. Also setup

primary and secondary (disaster recovery) hosting sites and ensure regular and tested data

backup.

11. Implement appropriate security measures for the information and data generated from

operations of AFC-BSS, and deploy standard disaster management procedures, contingency

plans, and back-up plans to cope with any system failure.

12. Impart meaningful and timely training to all staff associated with AFC-BSS as well as selected

staff of PMA

AFC-BSS Tender Document Page 24 of 105

13. Document a detailed equipment and AFC-BSS component maintenance plan in consultation with

PMA, and implement it. The plan must cover procedures and parameters for preventive and

break-down maintenance, as well as maintenance review procedures.

14. Guarantee up-time and adequate performance of AFC-BSS components at Bus Stations, on the

Buses, Control Center, Central Datacenter.

15. Guarantee smooth functioning of all AFC-BSS components during the entire contract period

16. Plan and conduct regular disaster recovery drills, security audits, and performance tuning

activities. Timely submit associated plans, schedules, and results for review.

17. Coordinate all equipment and software maintenance activities well in advance with

authorized/designated personnel at PITB/PMBS-PMU.

18. Raise timely requests for equipment replacement, and seek timely approvals from

designated/authorized personnel for issuance of replacement parts.

19. Replace faulty equipment, hardware, software at its own cost so as to ensure adherence to

stated service-level parameters.

20. Regularly check, and timely upgrade and maintain all possible ICT infrastructure including

hardware, software, and network infrastructure and ensure adherence to stated service-level

parameters.

21. Integrate with other Intelligent Transport Systems (ITS) add-ons, if any.

22. Integrate AFC-BSS system with banking software system of the Bank of Punjab, in an efficient

and secure manner.

23. Ensure that only authorized personnel of PMA should have secure access to add or change key

configuration parameters (related but not limited to smart-card parameters, fare rates/policies

etc).

24. Provide authorized Transport Department staff (and other authorized Government personnel)

secure, 24x7 online access to updated Management Information System reports and features -

covering all critical aspects of AFC-BSS operations, alerts, faults, and audit logs.

25. The validators shall reduce / cancel the value of a card / token to cause deduction of fare, and all real-time scanned information shall be stored.

26. Obtain all necessary permits under all applicable Laws required to proceed with AFC-BSS Project

implementation, and comply with applicable laws, regulations, and permits during the contract

period.

27. Cooperate with all other service providers and facilitate their operations in the MBS-PMU/PMA

system.

AFC-BSS Tender Document Page 25 of 105

28. Be responsible for the conduct and functioning of all staff employed on the AFC-BSS project. The

service provider shall ensure efficient services, polite and courteous behavior of its employees.

The Service Provider shall be liable for any misconduct or unreasonable offense of its employees

and shall take prompt and appropriate action.

29. Participate in all meetings, committees, etc, as directed by MBS-PMU from time to time.

30. Ensure smooth transfer of all hardware, software, and equipment forming the part of AFC-BSS

Project, to the procuring agency, upon contract completion/termination – in good running

condition.

Ticket Sales and Station Operations (Lot# 3):

1. Operate ticket office terminals at all stations under MBS-PMU/PMA. Non-A/C lockable cabin will

be provided by MBS-PMU/PMA.

2. In-order to ensure there are no ticketless travelers within the system, the bidder shall also

provide manpower at turnstiles.

3. Deploy suitably skilled personnel at PMBS stations to efficiently manage ticket sales (using the

implemented AFC-BSS solution interfaces), and to facilitate passengers at turnstiles.

4. Ticket offices must operate during operations of the MBS-PMU buses – tentatively decided as 18 hours a day.

5. Ensure prompt and efficient response time related to all service delivery aspects associated with

ticket sales/refunds, turnstile entry/exit process, etc.

6. Timely raise alerts to the PMBS control center staff in case of issues with equipment or system

functioning.

7. Be responsible for the conduct and functioning of all staff employed on the AFC-BSS project

towards passengers and PMBS staff as well as authorized staff of other relevant government

agencies.

8. The service provider shall ensure efficient services, polite and courteous behavior of its

employees. The Service Provider shall be liable for any misconduct or unreasonable offense of

its employees and shall take prompt and appropriate action.

9. Cooperate with all other service providers and facilitate their operations in the MBS-PMU/PMA

system.

10. Participate in all meetings, committees, etc, as directed by MBS-PMU from time to time.

AFC-BSS Tender Document Page 26 of 105

11. Take prompt and reasonable action for resolution of each complaint – including complaints

received from passengers as well as from PMA/MBS-PMU related to ticket sales and turnstile

facilitation. What about passenger info system and bss?

12. Agree to and abide by the “Revenue Collection and Payment Mechanism” stated in this

document.

13. Ensure integrity of cash collection and reconcile with sales/transaction reports daily to ensure

there is no differences.

14. Obtain all necessary permits under all applicable Laws required to proceed with AFC-BSS Project

implementation, and comply with applicable laws, regulations, and permits during the contract

period

10. Key Service-level parameters

1. Service level parameters are outlined in Annexure-J.

11. Revenue collection and payment mechanism (Applies to Lot# 1 and/or Lot# 3)

1. An escrow account shall be opened by the Government (via MBS-PMU/PMA) in the Bank of Punjab. The escrow account will be jointly operated by authorized representatives of the Government of Punjab/Transport Department/MBS-PMU, the AFC-BSS Service Provider(s), and Bus Operator(s).

2. The Bank of Punjab shall issue a set of non-live card/token numbers (series) to the contractor, for printing and selling.

3. The contractor shall arrange printing of the cards/tokens, based on card/token design specified by PMA

4. The contractor shall request the Bank of Punjab to activate the card/token numbers for live online recognition.

5. Prior to card activation, an amount equivalent to the value of the cards being activated, shall be deducted from the contractor’s account and deposited in the escrow account.

6. Sale of tickets (cards/tokens) shall be the responsibility of the contractor.

7. For activation and subsequent recharging of cards (Smart cards) and tokens/throwaway media, the contractor shall arrange “Bulk Initialization Machines (BIM)”, and place BIMs at premises specified by MBS-PMU.

8. BIMs, and/or top-up/Point of Sale (POS) machines will only initialize/top-up media if there is sufficient balance available. Contractor must first transfer sufficient balance amount into the

AFC-BSS Tender Document Page 27 of 105

Government Escrow Account, and the Bank of Punjab will subsequently load credit in the BIM/POS machine.

9. Payments from the Escrow Account will be made to Bus Operators and qualified service providers based upon agreed policies, formulas, and reconciliation reports from AFC-BSS.

10. If there is surplus balance in the Escrow Account, the amount will be retained by Government of the Punjab/MBS-PMU. If there is deficit in the Escrow Account (that is, all service providers cannot be paid) then MBS-PMU/Government of the Punjab will arrange for the deficit amount and make payments that are due.

11. Regular third-party audit (financial as well as technical) to be made an integral part of the project

12. Transport Department/PMA/MBS-PMU Responsibilities

1. Provide fare structure, user roles, and business rules to AFC-BSS service provider

2. Provide AFC-BSS service provider necessary project site so that AFC-BSS service provider can perform its obligations in a timely manner

3. Attempt to grant timely approvals and make timely payments

4. Contract signing, Contract Payments and monitoring project operations.

13. Key components of the solution

13.1.1 Turnstiles

All PMA/MBS-PMU stations will have guarded entry and exit enforced via turnstiles. However, the choice of turnstiles proposed must be governed by factors including robustness, reliability, maintainability, cost effectiveness and conformance to international standards and safety of passengers. Turnstiles have been proposed on every station which makes the total of approximately 248 operational turnstiles at any given time. Based on design stated above in section 7 each station will have two platforms, with 4 turnstiles on each platform.

13.1.2 Validators Each turnstile needs to be equipped with validator(s) for each type of media to be used.

13.1.3 Fare Media / Tickets

RFID Smart Cards (stored value) for long term planned repeated journeys is a must, coupled with passenger registration module. For short/occasional or single journeys, Bidder must propose adequate solution based on throwaway or re-usable RFID cards or RFID tokens.

Note: Fare rates will be determined by Government of Punjab and cost of media will not be transferrable to passengers purchasing tickets for single or daily journey.

13.1.4 Automated Fare Collection and Fare Policy Passengers will be charged distance based fare. Proposed AFC-BSS must be able to handle fare policies based on flat rate, zones/stages, as well as distance travelled. Proposed AFC-BSS must

AFC-BSS Tender Document Page 28 of 105

also be able to handle the full fare, concessional fare and free fare policies. Proposed AFC-BSS must cater to on-board as well as off-board ticketing modes and be able to handle transfers across modes, however, in the first phase off-board ticketing will be employed.

13.1.5 Top Ups/Printing Tickets/Allotting Tokens and Refunds Ticket Office Machines are to be made available by the AFC-BSS Solutions Provider, at MBS-PMU bus stations, to charge cards with the desired amount paid by the passenger. Ticket office Machines will only work if they contain balance amount that can be transferred onto the fare media. Ticket Office Machines (Top up Machines) must reliably transmit transactional data to any system and/or central database. Ticket Office must be able to refund any reported incidents of overcharging after due diligence to passenger, if it is agreed that such reimbursements are to be adopted as policy. All such functionality must be a typical feature of proposed Top up Machine and AFC-BSS. Every platform must have at least one top up machine available in fully functional condition at any point of time.

13.1.6 Portable Validators (as backup) Portable validators will be used as backup medium to validate entry of passengers in case of any failure.

13.1.7 Ticket Vending Machines (TVMS) Ticket Vending Machines are to be deployed at stations; the machines will accept cash (notes and coins) and dispense throwaway fare media accordingly. TVMS will also have the facility to charge smart cards against the cash submitted.

13.1.8 Bus Scheduling and Vehicle Location System

Concerned authority of the Transport Department must be able to enter bus schedule into the system using Bus scheduler, and view/edit schedules via GIS-based interface. AFC-BSS will generate reports that will form a basis for payments to operators - based on agreed formula (determined by scheduled trips/kilometers, distance travelled as fetched via Vehicle Location System and any other associated/integrated components proposed as part of the solution). Every bus will have to be equipped with GPS devices and relevant components (on bus and off bus), that can gather location wise data and transmit to central servers and related software modules. Data gathered in this fashion will help monitor movement of the bus via GIS interface, in real time against bus schedule defined in the relevant software module. Distance travelled, and number of trips made by every bus, must be reported via AFC-BSS. All such buses need to be equipped with GPS enabled trackers that integrate with the relevant software proposed for implementation as part of the AFC-BSS solution. The Vehicle Location System shall enable operations team to monitor vehicle movement in real-time and synthesize the field data to deliver the same on the public information system devices installed on Bus Stations, Buses, customer portal etc. The Driver Console Unit shall be used to provide vehicle tracking accurately and reliably. The back end system shall be able to produce MIS reports of vehicle schedule adherence report and kilometers travelled by each bus, by route and by fleet of each operator.

AFC-BSS Tender Document Page 29 of 105

13.1.9 Passenger Information System

13.1.9.1 Passenger Information System for Bus Available buses will have display unit(s) to disseminate messages etc, these units are outside the scope of this tender document. The Passenger Information System must be able to gather information from Vehicle Location system installed in the bus and display messages and play voice recordings accordingly to timely inform passengers of the next approaching station as well as to make any other critical announcements. There must be provision to display text messages and play voice messages in English/Urdu. Buses must be equipped with necessary speakers to ensure audible transmission of voice.

AFC-BSS Tender Document Page 30 of 105

13.1.9.2 Passenger Information System for Station

Every station must have at least 1 vandal-proof signboard showing bus schedules and/or other necessary information in English/Urdu. It shall be placed on the place identified by MBS-PMU authorities. Bidder may propose the location based on the station design as provided in the document.

13.1.9.3 All station based Passenger Information signs shall be enclosed in a manner such as to inhibit entry of dirt, dust, water and other contaminants during normal operation or cleaning. All sign displays shall consist of pixels utilizing High Intensity Light Emitting Diodes (“LED”), for superior outdoor environmental performance, of superior UV resistant Epoxy lens and superior resistance to the effects of moisture. Each pixel shall have a dedicated LED for illumination of that pixel in all lighting conditions. The sign system shall have multi-level intensity changes, which adjust automatically as a function of ambient lighting conditions. Equipment installed must be able to operate in normal temperature of Lahore without any dependency on additional cooling/heating mechanism. Passenger Information System must be able to transmit data to standard LCDs/LEDs as available in the local market.

13.1.10 Disbursement to Operators

Multiple operators are expected to operate buses on designated route of MBS-PMU/Non-MBS-PMU routes. The formula for disbursement of revenue to operators will be shared with the qualified bidder which then must be incorporated to proposed AFC-BSS. The system should be scalable, and must be able to integrate with standardized on-board ticketing systems for buses as well.

13.1.11 Power Backup UPS are needed to ensure backup power supply for all AFC-BSS equipment/components

deployed at each station. UPS backup should last for at least 4 hours at any given time. This does

not apply power outages in case of hurricane, flood, earthquake and/or any other extenuating

circumstances. Power backup to be proposed must take into account the capacity required to

run all components of AFC-BSS at the stations and an additional 10KVA requirement of other

existing systems.

13.1.12 Reports All AFC-BSS components must be equipped with standard reports typically expected from an internationally deployed, proven Automated Fare Collection System, Vehicle Location System, Bus Scheduling and Passenger information System/product - with the provision of at least 30 additional reports that may be required based on data stored in the relevant databases. The solution must also come with a standardized report-writing tool that can be used to generate custom reports as and when required. Bus origin-destination reports and reports regarding bus arrival times, deviations (if any) from the schedule for each day must be available in real time. Reports/summaries of incidents subject to which the penalty clauses may be invoked should also be made available.

AFC-BSS Tender Document Page 31 of 105

13.1.13 System availability and data backup

AFC-BSS solution (including station components as well as back-office systems) must be able to function on a 24x7x365 basis. Data backups are critical features of the overall solution. System should be hosted in adequate data center, providing high availability access. Regular data backups must be maintained.

13.1.14 Connectivity

24/7 connectivity to all stations must be ensured, and data transmission to central data center must also be ensured on 24/7 basis. This shall involve all necessary backup connectivity embedded into the solution to ensure connectivity at all points of time. For details refer to (Annexure L).

13.1.15 Station PCs Branded Industrial strength Station PCs with adequate processing power to efficiently handle traffic patterns. Requisite software licensing components, if any required, must be provisioned to act as an between data center and turnstiles placed at the stations; this will help make station self-contained in terms of carrying out operations without complete dependency on the data center. However station PCs must synchronize with data center at regular intervals during every hour of operations.

13.1.16 Servers/Storage Setup of servers, storage devices and any other hardware/software necessary for the proposed solution to work efficiently is an integral component of the system. The AFC-BSS solution must be able to handle daily passenger volumes of up to 500,000 in an efficient, uninterrupted manner. Bidder will be responsible for adequate upgrades in the infrastructure as and when necessitated - to ensure that the system can efficiently cater growing passenger volumes.

13.1.17 Manning Ticket Sales Office

MBS-PMU stations will be manned with professional sales staff; tentative hours of operation initially are 18 hours a day, seven days a week. Subject to change depending upon need and requirements as illustrated by Purchaser.

13.1.18 Escrow Account All revenue earned from activation and recharging of cards/tokens will be deposited into ESCROW Account in the Bank of Punjab, and revenue collected will be disbursed to all concerned parties via agreed formula.

13.1.19 Call Center Transport department may setup a call center/helpline for passengers to call into for on bus routes and schedules as well as for any issues on fare. Call center shall be able to log in complaints through call-center operator or via IVR. AFC-BSS solution must be able to provide call center personnel access to bus schedules and related information.

13.1.20 PMA Control Center PMA shall set-up a central control center for authorized PMA staff allocated to the AFC-BSS project.

AFC-BSS Tender Document Page 32 of 105

All data collected via AFC-BSS components (including audit data, statistical, and operational information) shall be made accessible via secure, online interface to authorized PMA staff on real-time basis, by the Contractor/Service Provider. Buss Scheduling, bus tracking, and bus alert-management, as well as Passenger Information System shall be managed / monitored via the Control Center. Card/Token initialization and personalization devices shall be centrally located by the Contractor/Service Provider at the PMA Control Center (or other appropriate location designated by PMA). PMA authorized personnel must be able to control all operations performed by these centrally located devices. Contractor/Service Provider is responsible to provide adequate AFC-BSS support staff at the PMA Control Center.

14. Other high-level requirements

14.1.1 Automated Fare Collection Application must have following features:

14.1.1.1 Provision to specify and compute user-defined distance based, zone based, stage based

and flat rate based fare.

14.1.1.2 Provision to handle the full fare, concessional fare and free fare policies.

14.1.1.3 Provision to manage refunds and top up fare media on stations.

14.1.1.4 Availability of user-definable criteria and rules for various functions including but not limited to reimbursement and auto alerts.

14.1.1.5 Inventory report of stock in hand of cards/RFID tokens (fare media) and cards in use/circulation.

14.1.1.6 Ability to produce various critical reports including but not limited to sales report, cash in hand report by station and analytical passenger turn over trends by station, origin-destination reports by bus and bus operator etc.

14.1.1.7 Online dashboard based on configurable parameters.

14.1.1.8 Report writer for generating quick on the fly reports/analysis.

14.1.1.9 Ability to generate automated alerts – e.g. SMS, email, fax.

14.1.1.10 User security roles definition and availability of interface to reassign roles.

14.1.1.11 Secure, reliable and password protected system.

14.1.1.12 Detailed audit log of critical user activities in the system.

AFC-BSS Tender Document Page 33 of 105

14.1.1.13 Automated data backup facility.

14.1.1.14 The software must have provision of API/web services to interface with any other systems in future.

14.1.1.15 The software must have point of sales system to keep track of daily sales at the stations.

14.1.2 Vehicle Location System

14.1.2.1 Installation of GPS based devices to track location of the MBS-PMU buses and to send location coordinates to centralized system for view via GIS / mapping interface, and to see real-time adherence to defined bus schedules and routes.

14.1.2.2 Computation and tabulation of reports that will form a basis to disburse trips/distance

based compensation to operators accordingly.

14.1.3 Passenger Information System and Scheduler 14.1.3.1 Provision to make automated voice announcements (in English and Urdu) inside the

bus, regarding approaching station and next station

14.1.3.2 Broadcast schedule and any other information onto Passenger Information System

display units available in bus and at stations.

14.1.4 Networks & Data Connectivity 14.1.4.1 Setting up the AFC-BSS related components on each MBS-PMU station/platform,

including the data network, so as to ensure timely, un-interrupted transmission of data between AFC-BSS equipment at stations and at central datacenter.

14.1.4.2 Primary medium for internet connectivity must be Fiber optic, however for redundant connection any other medium may be used.

14.1.4.3 Reliable/redundant network availability onto the stations.

14.1.4.4 Linking any network equipment etc to UPS, with at least 4 hours of backup power supply.

14.1.4.5 Usage of automated tools to monitor network performance at every station, access must be provided to stakeholders.

AFC-BSS Tender Document Page 34 of 105

14.1.5 Station Equipment 14.1.5.1 Deployment (and security) of Turnstiles, validators, UPS, cabling for networks,

routers/signal boosters, top up/refund machines, station PCs and/or any other component required to run AFC-BSS System efficiently, adequately, and as per industry standards as well as to ensure compliance to parameters mentioned in the Service Level Agreement. A 1x1 meter space will be provided on each platform/station where station PC, router etc can be placed.

14.1.6 Centralized/Back-office systems and reliable hosting 14.1.6.1 Deployment of all AFC-BSS Components on industrial strength, branded

platforms/servers/equipment in a reliable, high-availability data center. The AFC-BSS solution must be able to pick up the load for off-board and on board ticketing and handle daily passenger volumes of up to 500,000 in an efficient, uninterrupted manner, and must be able to comply with service level agreement.

14.1.6.2 All transactional data will remain property of the purchaser and may not be shared with anyone without written consent of the Purchaser.

14.1.6.3 Purchaser will have access to all transactional data and audit logs, logged into the system for at least the past twelve months, at all times. And will be provided regular data backups by the contractor for long-term storage and archival purposes on reliable storage media.

14.1.7 Equipment Installation/Maintenance and Software Support 14.1.7.1 Installation, maintenance, and operations of all equipment as listed in relevant sections

of this tender document.

14.1.7.2 Continuous support of all software and hardware components associated with proposed AFC-BSS solution - via dedicated support staff accessible via help desk, all services must be provided based on the service-level parameters defined in this document.

AFC-BSS Tender Document Page 35 of 105

15. Tender/Bidder EligibilityTender Scope 15.1 An eligible Tenderer/Bidder is a Tenderer/Bidder who: 15.1.1 is a provider of Services and Equipment as outlined in the document 15.1.2 Services can only be supplied / sourced / routed from “origin” in “eligible” member countries.

a. “Eligible” is defined as any country or region that is allowed to do business in Pakistan by the law of Government of Pakistan.

b. “Origin” shall be considered to be the place where the company / firm is incorporated

15.1.3 has a registered office in the respective country of origin

15.1.4 has been registered for at least 5 years in country of origin, and has proven experience of deploying state of the art AFC-BSS for transportation sector.

15.1.5 has the required relevant qualified personnel and enough financial and technical strength to fulfill the requirements.

15.1.6 Conforms to the clause of “Responsiveness of Bid” and “Preparation/Submission of Tender” given herein this tender document.

15.1.7 Verifiable proof for all the above shall be required. 15.1.8 Local companies forming part of the joint venture must be registered under the prevailing

related rules or Companies Ordinance.

16. Tender Cost

The Tenderer/bidder shall bear all costs / expenses associated with the preparation and submission of the bid and the Purchaser shall in no case be responsible / liable for those costs / expenses.

17. Joint Venture / Consortium

Joint ventures or Consortium are also eligible for this tender, as long as the joint venture complies with the following conditions:

a. The Tenderers may form a joint venture of maximum four Tenderers/bidders. An Agreement Deed to that effect, legally executed and signed by all the partners shall be submitted with the bid.

b. One partner of formulated joint venture will be designated the lead partner and would be get into legal contract with Purchaser and would be liable to incur liabilities, receive payments and receive instructions for and on behalf of any or all partners. A power of attorney to that effect, legally executed, signed by all the partners shall be submitted with the Tender/bid.

c. There must be at least one locally registered company (Partner) of good repute, with relevant experience and proven track record, in the joint venture.

d. All the partners shall be jointly and severally liable for the execution of the Contract in accordance with the terms and conditions of the Contract. The Tender, and in case of successfully qualifying both technical and financial evaluation, the Contract Deed, to that effect, shall be signed by the lead partner.

e. Partners other than the lead would also be bound by the terms and conditions of the contract.

18. Examination of the Tender Document

The Tenderer is expected to examine the Tender Document, including all instructions and terms and conditions thereof.

AFC-BSS Tender Document Page 36 of 105

19. Amendment of the Tender Document

19.1 The Procurer may, at any time prior to the deadline for submission of the Tender, at its own initiative or in response to a clarification requested by the Bidder(s), amend the Tender Document, on any account, for any reason. All amendment(s) shall be part of the Tender Document and binding on the Bidder(s).

19.2 The Procurer shall notify the amendment(s) in writing to the prospective Tenderers. 19.3 The Procurer may, at its exclusive discretion, amend the Tender Document to extend the

deadline for the submission of the Tender, in which case all rights and obligations of the Procurer / Purchaser and the Tenderers previously subject to the deadline shall thereafter be subject to the deadline as extended.

20. Preparation / Submission of Tender

20.1 The Tenderer is allowed to bid for complete services in any of the specified Lot(s). 20.2 The Tenderer is allowed to bid for one or more complete specified Lot(s) separately, in the

same tender. 20.3 The Tenderer is not allowed to bid for partial LOT against All mentioned LOTS in this tender. 20.4 The Tender and all documents relating to the Tender, exchanged between the Tenderer/bidder

and the Purchaser or Procurer, shall be in English. Any printed literature furnished by the Tenderer/bidder in another language shall be accompanied by an English translation which shall govern for purposes of interpretation of the Tender.

20.5 The Tender shall be submitted accompanied by the prescribed Forms, Annexes, Schedules, Charts, Drawings, Documents, Brochures, Literature, detailed design, operations and maintenance plan and detailed project plans with milestones etc. which shall be typed, completely filled in, stamped and signed by the Tenderer or his Authorized Representative. In case of copies, signed and stamped photocopies may be submitted.

20.6 Further required information as part of the bid is listed below, as in continuation to other requirements listed in the document:

20.6.1 List of firm’s major international and national clientele. 20.6.2 Details related to experience in implementing, maintaining and supporting such solutions with

all supporting documents and documented proofs. 20.6.3 Complete details of all the projects being carried out by the bidder with all supporting

documents and documented proofs. 20.6.4 Details of similar type of projects executed by the Bidder with all supporting documents and

documented proof. 20.6.5 Details/Profile of Staff (Management / Technical) team 20.6.6 Valid GST and NTN company registration certificates (for local company and the same

prevalent documents as applicable in the region/origin of operations of enterprise operating outside Pakistan).

20.6.7 SECP Registration Certificate. 20.6.8 Disaster Recovery Plan 20.6.9 Information Security Management practices 20.6.10 Details of proposed solution with logical diagrams, functionality and features and the proposed

deployment plan with timelines 20.6.11 Availability confirmation of all resources which will be used in the proposed solution.

AFC-BSS Tender Document Page 37 of 105

20.6.12 Bidder must provide sample reports which the system can generate. 20.6.13 Detailed Project Plan highlighting timelines, resource allocations and deliverables for each

milestone leading to solution roll out. 20.6.14 Detailed quality assurance plan including methodology. 20.6.15 Detailed Risk Management Plan. 20.6.16 Detailed Communications Management Plan. 20.6.17 Details of hardware/equipment used along with warranties and service level agreements. 20.6.18 Detailed features of the software system. 20.6.19 Provide a programmer’s guide for each of the programmable computers in the AFC-BSS. For

each, the guide shall: 20.6.19.1 Provide an overview of software organization. 20.6.19.2 Define external interfacing data format, semantics, and protocols. 20.6.19.3 Define internal modules, data interfaces, tasking, considerations for timing, priorities, and resource use. 20.6.19.4 Identify and detail use of programming and database maintenance tools used to create the software. 20.6.19.5 Include complete documentation of non-application components such as operating system, communications handlers, database, and report generators. 20.6.19.6 Detail the procedures for building and managing software configuration. 20.6.19.7 Describe the metrics embedded in AFC-BSS to evaluate its performance. 20.6.19.8 Identify the error conditions detected within the software, and the messages or indications for those conditions. 20.6.19.9 Identify parameters used to adjust AFC-BSS operation 20.6.20 Ticketing mechanism. 20.6.21 Data collection and management methodology. 20.6.22 Revenue reporting and handling. 20.6.23 Flexibility of system for special cards (citizen, student card). 20.6.24 Detailed workflow of proposed AFC-BSS modules. 20.6.25 Integration between AFC-BSS modules. 20.6.26 Methodologies, mechanisms and tools for 20.6.26.1 Process Testing 20.6.26.2 Compliance Testing 20.6.26.3 Interoperability Testing 20.6.26.4 Acceptance Testing 20.6.26.5 Load and Stress Testing

20.7 The Technical and Financial proposals shall be submitted in two different envelopes, the envelopes will be clearly marked ‘Technical Proposal’ and ‘Financial Proposal’. Each proposal shall be in two sets bid i.e. the original and the copy. Also clearly stating the Lot # pertinent to

20.8 In the event of any discrepancy between the original and the duplicate, the original shall govern.

20.9 The Technical Proposal shall contain following, without quoting the price: 20.9.1 Technical Proposal Form (Annexure-A) 20.9.2 Affidavit and Undertaking (All terms & conditions and qualifications listed anywhere in the RFP

have been satisfactorily vetted) (Annexure-E&F) 20.9.3 Covering letter duly signed and stamped by authorized representative. (Annexure-C)

20.9.4 Authorized Certificate / document from the principle / manufacturer (if applicable).

AFC-BSS Tender Document Page 38 of 105

20.9.5 Evidence of eligibility of the Tenderer and the Services

20.9.6 Evidence of conformity of the Services to the Tender Document

20.9.7 Technical Brochures / Literature

20.9.8 The statement must be signed by the authorized representative of the Bidder

20.9.9 Financial Capacity as per Annexure-I

20.9.10 Valid Registration Certificate for Income Tax, Sales Tax and / or other allied agencies / organizations / regulatory authorities (Principal, Local Representative Company).

20.9.11 Income Tax & Sales Tax Returns for the last three tax years

20.9.12 Power of Attorney, if an authorized representative is appointed (Annexure-D)

20.10 The Financial Proposal shall comprise the following:

20.10.1 Financial Proposal Form (Annexure-B)

20.10.2 Price Schedule

20.10.3 Tender Security (02% of the total bid amount as mentioned vide clause 22 regarding Tender Security of this tender document).

20.11 The Tenderer shall seal the Original Technical Proposal in an envelope duly marked as under:

Original Technical Tender for

Tender Name. [Number/Name of Tender]

LOT No.

[Name of the Procurer]

[Address of the Procurer]

[Name of the Tenderer/Bidder]

[Address of the Tenderer/Bidder]

[Phone No. of the Tenderer/Bidder]

20.12 The Tenderer shall seal the Duplicate Technical Tender in an envelope duly marked as under:

Duplicate Technical Proposal for

Tender Name. [Name of Tender]

LOT No.

[Name of the Procurer]

[Address of the Procurer]

AFC-BSS Tender Document Page 39 of 105

[Name of the Tenderer/Bidder]

[Address of the Tenderer/Bidder]

[Phone No. of the Tenderer/Bidder]

20.13 The Tenderer shall follow the same process for the Financial Tender.

20.14 The Tenderer shall again seal the sealed envelopes of Original Technical Proposal and the Original Financial Proposal in an outer envelope, duly marking the envelope as under:

Original Tender for

Tender Name. [Name of Tender]

LOT No.

Strictly Confidential

Open on [Last Date of submission of the Tender]

[Name of the Procurer]

[Address of the Procurer]

[Name of the Tenderer/Bidder]

[Address of the Tenderer/Bidder]

[Phone No. of the Tenderer/Bidder]

20.15 The Tenderer shall again seal the sealed envelopes of Duplicate Technical Proposal and the Duplicate Financial Proposal in an outer envelope, duly marking the envelope as under:

Duplicate Tender for

Tender Name. [Name of Tender]

LOT No.

Strictly Confidential

Open on [Last Date of submission of the Tender]

[Name of the Procurer]

[Address of the Procurer]

AFC-BSS Tender Document Page 40 of 105

[Name of the Tenderer/Bidder]

[Address of the Tenderer/Bidder]

[Phone No. of the Tenderer/Bidder]

20.16 The Tenderer shall enclose soft copies of the Technical Proposal and the Financial Proposals, including all Forms, Annexes, Schedules, Charts, Drawings, Documents, Brochures, Literature, etc., in the form of MS Word Documents, MS Excel Worksheets and Scanned images, with the hard copies.

20.17 This is made obligatory to affix authorized signatures with official seal on all original and duplicate (copies) documents, annexures, copies, certificates, brochures, literature, drawings, letters, forms and all relevant documents as part of the bids submitted by the tenderer. Noncompliance with the same will cause the rejection of bid at the time of opening.

21. Tender Price

21.1 The quoted price shall be:

21.1.1 best / final / fixed and valid until completion of all obligations under the Contract i.e. not subject to variation / escalation;

21.1.2 Inclusive of all charges up to the delivery point at the Punjab Government’s facility for AFC-BSS related components;

21.1.3 in Pak Rupees (PKR);

21.1.4 inclusive of all taxes, duties, levies, insurance, freight, etc.

21.2 If not specifically mentioned in the Tender(s), it shall be presumed that the quoted price is as per the above requirements.

21.3 Where no prices are entered against any item(s), the price of that item shall be deemed to have been distributed among the prices of other items, and no separate payment shall be made for that item(s).

21.4 The price hereby quoted by the Bidders would cover the whole scope of services for the contract period.

22. Tender Security

22.1 The Tenderer shall furnish the Tender Security as under:

22.2 As part of financial bid envelope, failing which will cause rejection of bid.

22.3 LOT wise tender security (Separate for each LOT, if the bidder is participating for more than

one LOTs) would be submitted by the Bidder;

22.3.1 if Total Tender Price is less than or equal to PKR 5.00 Million, in the form of Demand Draft / Pay Order / Call Deposit Receipt, in the name of the Procurer;

22.3.2 if the Total Tender Price is more than PKR 5.00 Million, in the form of Bank Guarantee, issued by a scheduled bank operating in Pakistan, in the name of the Purchaser, as per the format provided in the Tender Document or in another format acceptable to the Purchaser;

AFC-BSS Tender Document Page 41 of 105

22.3.3 for a sum equivalent to 2% of the Total Tender (LOT) Price;

22.3.4 denominated in Pak Rupees;

22.3.5 have a minimum validity period of 180 days from the last date for submission of the Tender or until furnishing of the Performance Security, whichever is later.

22.4 The proceeds of the Tender Security shall be payable to the Purchaser, on the occurrence of any / all of the following conditions:

22.4.1 If the Tenderer withdraws the Tender during the period of the Tender validity specified by the Tenderer on the Tender Form; or

22.4.2 If the Tenderer does not accept the corrections of his Total Tender Price; or

22.4.3 If the Tenderer, having been notified of the acceptance of the Tender by the Purchaser during the period of the Tender validity, fails or refuses to furnish the Performance Security, in accordance with the Tender Document.

22.4.4 If the tenderer fails to provide the performance security in stipulated timeframe, format, amount and currency.

22.4.5 The Tenderer refuses or fails to submit the Performance Security as per agreed timelines, amount and format.

22.5 The Tender security shall be returned to the technically unsuccessful Tenderer with unopened/sealed financial bid while the unsuccessful bidders of financial bid opening procedure will be returned the tender security only. The Tender Security shall be returned to the successful Tenderer on furnishing the Performance Security.

23. Tender Validity

The Tender shall have a minimum validity period of one hundred and eighty days (180) days from the last date for submission of the Tender. The Procurer may solicit the Tenderer's consent to an extension of the validity period of the Tender. The request and the response thereto shall be made in writing. If the Tenderer agrees to extension of validity period of the Tender, the validity period of the Tender security shall also be suitably extended. The Tenderer may refuse extension of validity period of the Tender, without forfeiting the Tender security.

24. Modification / Withdrawal of the Tender

24.1 The Tenderer may, by written notice served on the Procurer, modify or withdraw the Tender after submission of the Tender, prior to the deadline for submission of the Tender.

24.2 The Tender, withdrawn after the deadline for submission of the Tender and prior to the expiration of the period of the Tender validity, shall result in forfeiture of the Tender Security.

25. Opening of the Tender

25.1 Tenders shall be opened, at the given place, time and date, in the presence of the Tenderer(s), if available, for which they shall ensure their presence without further invitation.

25.2 The Tenderer's name, modifications, withdrawal, security, attendance of the Tenderer and such other details as the Procurer may, at its exclusive discretion, consider appropriate, shall

AFC-BSS Tender Document Page 42 of 105

be announced and recorded.

25.3 No tenderer or its representative will be allowed to keep any digital device (camera, audio recorder, cell phone etc.) during tender opening meeting at given time and location. Non-compliance will cause the rejection of respective bidder.

26. Clarification of the Tender by the Purchaser

The Procurer shall have the right, at his exclusive discretion, to require, in writing, further information or clarification of the Tender, from any or all the Tenderer(s). No change in the price or substance of the Tender shall be sought, offered or permitted except as required to confirm the corrections of arithmetical errors discovered in the Tender. Acceptance of any such correction is solid discretion of the purchaser

27. Determination of Responsiveness of the Bid (Tender)

27.1 The Procurer shall determine the substantial responsiveness of the Tender to the Tender Document, prior to the Tender evaluation, on the basis of the contents of the Tender itself without recourse to extrinsic evidence. A substantially responsive Tender is one which:

27.1.1 meets the eligibility criteria for the Tenderer for the Services;

27.1.2 meets the Technical Specifications for the Services;

27.1.3 meets the delivery period / point for the Services;

27.1.4 meets the rate and limit of liquidated damages;

27.1.5 offers fixed price quotations for the Services;

27.1.6 is accompanied by the required Tender Security as part of financial bid envelope;

27.1.7 The original receipt of tender fee submitted, attached with technical bid envelope;

27.1.8 is otherwise complete and generally in order;

27.1.9 Conforms to all terms and conditions of the Tender Document, without material deviation or reservation.

27.2 A material deviation or reservation is one which affects the scope, quality or performance of the Services or limits the Purchaser's rights or the Tenderer's obligations under the Contract.

27.3 The Tender determined as not substantially responsive shall not subsequently be made responsive by the Bidder by correction or withdrawal of the material deviation or reservation. However, the Purchaser may waive off any minor non-conformity or inconsistency or informality or irregularity in the Tender; but subject to approvals of Tender Evaluation Committee.

28. Correction of errors / Amendment of Tender

28.1 The Tender shall be checked for any arithmetic errors which shall be rectified, as follows:

28.1.1 if there is a discrepancy between the amount in figures and the amount in words for the Total Tender Price entered in the Tender Form, the amount which tallies with the Total Tender Price entered in the Price Schedule, shall govern.

AFC-BSS Tender Document Page 43 of 105

28.1.2 if there is a discrepancy between the unit rate and the total price entered in the price Schedule, resulting from incorrect multiplication of the unit rate by the quantity, the unit rate as quoted shall govern and the total price shall be corrected, unless there is an obvious and gross misplacement of the decimal point in the unit rate, in which case the total price as quoted shall govern and the unit rate shall be corrected.

28.1.3 if there is a discrepancy in the actual sum of the itemized total prices and the total tender price quoted in the Price Schedule, the actual sum of the itemized total prices shall govern.

28.2 The Tender price as determined after arithmetic corrections shall be termed as the Corrected Total Tender Price which shall be binding upon the Tenderer.

28.3 Adjustment shall be based on corrected Tender Prices. The price determined after making such adjustments shall be termed as Evaluated Total Tender Price.

28.4 The cost of making good any deficiency resulting from any acceptable, quantifiable variations and deviations from the terms and conditions of the Contract / Technical Specifications, shall be added to the corrected Tender Price for comparison purposes only. No credit shall be given for offering delivery period earlier than the specified period.

28.5 The Tenderer shall state the Tender Price for the payment terms outlined in the Conditions of Contract which will be considered for the evaluation of the Tender.

28.6 The Tenderers may offer discounts for items which shall be taken into account in the evaluation of the Tenders so as to determine the Tender offering the lowest evaluated cost for the Purchaser in deciding award(s) for whole tender.

29. Rejection & Acceptance of Tender/Bids

29.1 The Procurer / Purchaser shall have the right, at his exclusive discretion, to increase / decrease the quantity of any or all item(s) of services required without any change in unit prices or other terms and conditions, accept a Tender reject any or all tender(s), cancel / annul the Tendering process at any time prior to award of formal Contract, without assigning any reason or any obligation to inform the Tenderer of the grounds for the Procurer’s / Purchaser's action, and without thereby incurring any liability to the Tenderer and the decision of the Purchaser shall be final.

29.2 The Tender shall be rejected if it is:

29.2.1 substantially non-responsive; or

29.2.2 submitted in other than prescribed forms, annexes, schedules, charts, drawings, documents / by other than specified mode; or

29.2.3 incomplete, un-sealed, un-signed, printed (hand written), partial, conditional, alternative, late; or

29.2.4 subjected to interlineations / cuttings / corrections / erasures / overwriting; or

29.2.5 the Tenderer submits more than one Tenders against one LOT; or

29.2.6 the Tenderer refuses to accept the corrected Total Tender Price; or

29.2.7 the Tenderer has conflict of interest with the Purchaser; or

29.2.8 the Tenderer tries to influence the Tender evaluation / Contract award; or

29.2.9 the Tenderer engages in corrupt or fraudulent practices in competing for the Contract award.

29.2.10 there is any discrepancy between bidding documents and bidder’s proposal i.e. any non-

AFC-BSS Tender Document Page 44 of 105

conformity or inconsistency or informality or irregularity in the submitted bid.

29.2.11 the Tenderer submits any financial conditions as part of its bid which are not in conformity with tender document.

29.2.12 the Tenderer refuses or fails to submit the Performance Security as per agreed timelines, amount, currency and format.

30. Acceptance Letter (Letter of Intent)

The Purchaser shall, send the Acceptance Letter (Letter of Intent) to the successful Tenderer, prior to the expiry of the validity period of the Tender, which shall constitute a contract, until execution of the formal Contract. However, the Purchaser reserves exclusive rights to cancel the Acceptance letter (Letter of Intent) at any time without giving any reason thereof.

31. Performance Security

31.1 The successful Tenderer shall furnish Performance Security as under: 31.1.1 within ten (10) working days of the receipt of the Acceptance Letter from the Purchaser; 31.1.2 in the form of a Bank Guarantee, issued by a scheduled bank operating in Pakistan, as per the

format provided in the Tender Document; 31.1.3 denominated in Pak Rupees; 31.1.4 Have a minimum validity period of one year from the date of Award Notification or until the

date of expiry of yearly support period. 31.1.5 The technically and financially successful tenderer submits a sum equivalent to 10% of the total

contract value for a period of three (03) years, on a yearly basis, with an undertaking to renew the Bank Guarantee before the end of each year, one month before the expiry period of the submitted bank guarantee.

31.2 The proceeds of the Performance Security shall be payable to the Purchaser, on occurrence of any / all of the following conditions:

31.2.1 If the Contractor commits a default under the Contract; 31.2.2 If the Contractor fails to submit the bank guarantee for the next year one month before the

expiry of already submitted bank guarantee. 31.2.3 If the Contractor fails to fulfill any of the obligations under the Contract 31.2.4 If the Contractor violates any of the terms and conditions of the Contract. 31.2.5 If the Tenderer refuses or fails to submit the Performance Security as per agreed timelines,

amount and format. 31.3 The Contractor shall cause the validity period of the performance security to be extended for

such period(s) as the contract performance may be extended. The Performance Security shall be returned to the Tenderer within thirty working days after the expiry of its validity on written request from the Contractor.

32. Redressal of Grievances

32.1 The Procurer shall constitute a committee comprising of odd number of persons, with proper powers and authorizations, to address the complaints of bidders that may occur prior to the entry into force of the procurement contract.

32.2 Any bidder feeling aggrieved by any act of the Procurer after the submission of his bid may lodge a written complaint concerning his grievances not later than fifteen days after the announcement of the bid evaluation report.

AFC-BSS Tender Document Page 45 of 105

32.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt of the complaint.

32.4 Mere fact of lodging of a complaint shall not warrant suspension of the procurement process. 32.5 Any bidder not satisfied with the decision of the committee of the procuring agency may follow

the process mentioned vide Statutes and Regulations.

AFC-BSS Tender Document Page 46 of 105

TERMS & CONDITIONS OF THE DRAFT CONTRACT

Draft Contract for

Procurement of Equipment and Implementation,

Operations and Maintenance of Proven Globally

Deployed Automated Fare Collection & Bus Scheduling

System (AFC-BSS)

between

[Purchaser]

and

[Contractor]

Dated:

AFC-BSS Tender Document Page 47 of 105

TABLE OF CONTENTS

I. Agreement

II. General Conditions of Contract

33. Contract

34. Contract Documents and Information

35. Contract Language

36. Patent Rights and Rights to the Contents of the Program

37. Packing

38. Insurance

39. Warranty

40. Execution Schedule

41. Payment

42. Price

43. Contract Amendment

44. Assignment / Subcontract

45. Extensions in time for performance of obligations under the Contract

46. Liquidated Damages

47. Forfeiture of Performance Security

48. Termination for Default

49. Termination for Insolvency

50. Termination for Convenience

51. Force Majeure

52. Dispute Resolution

53. Statutes and Regulations

54. Taxes and Duties

55. Contract Cost

56. Authorized Representative

57. Waiver

58. Training

III. Technical Specifications

AFC-BSS Tender Document Page 48 of 105

I. Agreement

This CONTRACT AGREEMENT (this “Contract”) made as of the [day] of [month], [year], between [full

legal name of the Purchaser] (the “Purchaser”), on the one part,

and

[full legal name of Contractor], on the other part severally liable to the Purchaser for all of the

Contractor’s obligations under this Contract and is deemed to be included in any reference to the term

“Contractor.”

RECITALS

WHEREAS,

(a) The Government through the Purchaser intends to spend a part of its budget / funds for making eligible payments under this contract. Payments made under this contract will be subject, in all respects, to the terms and conditions of the Contract in lieu of procurement of equipment and consulting services as described in the contract.

(b) The Purchaser has requested the Contractor to provide certain services as described in Tender Document; and

(c) The Contractor, having represented to the Purchaser that it has the required professional skills, and personnel and technical resources, has agreed to provide such services on the terms and conditions set forth in this Contract.

NOW THEREFORE, the Parties to this Contract agree as follows:

1. The Contractor hereby covenants with the Purchaser to supply the equipment and services, in

conformity in all respects with the provisions of the Contract, in consideration of the payments

to be made by the Purchaser to the Contractor.

2. The Purchaser hereby covenants with the Contractor to pay the Contractor, the Contract Price

or such other sum as may become payable, at the times and in the manner, in conformity in all

respects with the provisions of the Contract, in consideration of supply of the Services.

3. The following shall be deemed to form and be read and construct as part of this Contract:

a. The Tender Document

b. Bidder’s Proposal

c. Terms and Conditions of the Contract

d. Special Stipulations

AFC-BSS Tender Document Page 49 of 105

e. The Technical bid / Specifications

f. Tender Form

g. Price Schedule

h. Affidavit(s)

i. Authorized Dealership / Agency Certificate

j. Performance Security

k. Service Level Agreement (SLA),

l. Non-Disclosure Agreement (NDA), if required

m. Any Standard Clause acceptable for Purchaser

4. This Contract shall prevail over all other documents. In the event of any discrepancy /

inconsistency within the Contract, the above Documents shall prevail in the order listed above.

Draft Service Level Agreement is elaborated in Annexure J. IN WITNESS whereof the Parties hereto have caused this Contract to be executed in accordance with the

laws of Pakistan as of the day, month and year first indicated above.

For [full legal name of the Purchaser]: For [full legal name of the Contractor]:

Signature

Signature

Name Name

Witnessed By: Witnessed By:

WITNESSES

Signature __________________ Signature ____________________ CNIC # __________________ CNIC # ____________________ Name __________________ Name ____________________ Designation__________________ Designation ____________________ Address _________________ Address __________________

AFC-BSS Tender Document Page 50 of 105

II General Conditions of Contract

33. Contract

The Purchaser shall, after receipt of the Performance Security from the successful Tenderer, send the Contract provided in the Tender Document with any modification mutually agreed between the Purchaser & successful tenderer, to the successful Tenderer. Within ten working days of the receipt of such Contract, the Tenderer shall sign and date the Contract and return it to the Purchaser.

34. Contract Documents and Information

The Contractor shall not, without the Purchaser's prior written consent, make use of the Contract, or any provision thereof, or any document(s), specifications, drawing(s), pattern(s), sample(s) or information furnished by or on behalf of the Purchaser in connection therewith, except for purposes of performing the Contract or disclose the same to any person other than a person employed by the Contractor in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only as far as may be necessary for purposes of such performance.

35. Contract Language

The Contract and all documents relating to the Contract, exchanged between the Contractor and the Purchaser, shall be in English. The Contractor shall bear all costs of translation to English and all risks of the accuracy of such translation.

36. Patent Rights and Rights to the Contents of the Program

The Contractor shall indemnify and hold the Purchaser harmless against all third party claims of infringement of patent, trademark or industrial design rights arising from use of the Service or any part thereof. The Purchaser will hold the exclusive rights to the contents of this program.

37. Packing

The Contractor shall provide such packing of the Goods as is sufficient to prevent their damage or deterioration during storage / transit to their final destination as indicated in the Contract. Packing case size and weights shall take into consideration, where appropriate, of the final destination and withstand, without limitation, rough handling, exposure to extreme temperatures, salt and precipitation at all points in storage / transit. The Contractor shall arrange and pay for the packing of the Goods to the place of destination as specified in the Contract, and the cost thereof shall be included in the Contract Price.

38. Insurance

The Contractor shall provide such insurance of the Goods as is sufficient to protect against their damage or deterioration during course of the project, storage / transit to their final destination as indicated in the Contract. The Contractor shall arrange and pay for the insurance of the Goods to the place of destination and time, as required by the Purchaser.

AFC-BSS Tender Document Page 51 of 105

39. Warranty

39.1 The Contractor shall warrant to the Purchaser that the Goods/Services supplied by the Contractor, under the Contract are genuine, brand new, non- refurbished, un-altered in any way, of the most recent or current model, imported through proper channel, and incorporate all recent improvements in design and materials, unless provided otherwise in the Contract.

39.2 The Contractor shall further warrant that the Goods/Services supplied by the Contractor, under

the Contract shall have no defect, arising from design, materials, workmanship or from any act or omission of the Contractor that may develop under normal use of the supplied Goods/Services.

39.3 Free, on site repair / replacement of defective / damaged parts and labor. Engage and deploy suitably skilled personnel for development, installation, operation and maintenance of the AFC-BSS Project, and maintenance/replacement of all related equipment/components in a timely manner and at its own cost during the course of the contract.

39.4 The Contractor shall clearly mention Terms and Conditions of service agreements for the

Goods supplied and supply the same to the Purchaser.

40. Execution Schedule

The Contractor shall submit an Execution Schedule, giving details of services rendered, as required under the Contract, to the Client, within five (5) days of the signing of the Contract.

41. Payment

41.1 The Contractor shall submit an Application for Payment (Invoice), in the prescribed form, to the Client. The Application for Payment shall: be accompanied by such invoices, receipts or other documentary evidence as the Client may require; state the amount claimed; and set forth in detail, in the order of the Price Schedule, particulars of the Services provided, up to the date of the Application for Payment and subsequent to the period covered by the last preceding Certificate of Payment, if any.

41.2 The Purchaser shall issue a Certificate of Payment, in the prescribed form, with a copy to the Contractor, verifying the amount due, within seven days of receipt of an Application for Payment. The Client may withhold a Certificate of Payment on account of defect(s) / short coming(s) in the services provided. The Client may make any correction or modification in a Certificate of Payment that properly be made in respect of any previous certificate.

41.3 The Purchaser shall pay the amount verified in the Certificate of Payment within twenty one (21) days of receipt of a Certificate of Payment. Payment shall not be made in advance. The Purchaser shall make payment for the Services provided, to the Contractor, as per payment schedule through treasury cheque.

41.4 Payments shall be made against successful delivery of services per each Phase of the Program 41.5 No advance payments will be made. Monthly payments will be made on a prorated basis by the

Purchaser, taking into account the number of stations and number of buses for which AFC-BSS has been successfully provisioned.

AFC-BSS Tender Document Page 52 of 105

Payment Schedule for Lot# 1

Sr

No Description Payment

1 Supply/Delivery of AFC-BSS Hardware and IT

equipment

25% of total hardware and IT

equipment cost

2 Complete Deployment, Commissioning of

Software and Solution Configuration

75% of remaining hardware

and IT equipment cost and

100% of software cost

3 Ticket Sales Operations and AFC-BSS Solution

Support and Maintenance Monthly

Payment Schedule for Lot# 2

Sr No Description Payment

1 Supply/Delivery of AFC-BSS Hardware and IT

equipment

25% of total hardware and IT

equipment cost

2 Complete Deployment, Commissioning of

Software and Solution Configuration

75% of remaining hardware and

IT equipment cost and 100% of

software cost

3 Support and Maintenance of AFC-BSS Solution Monthly

Payment Schedule for Lot# 3

Sr No Description Payment

1 Ticket Sales Operations Monthly

42. Price

The Contractor shall not charge prices for the equipment and services provided and for other obligations discharged, under the Contract, varying from the prices quoted by the Contractor in the Price Schedule or not agreed by the Purchaser as per this Contract

AFC-BSS Tender Document Page 53 of 105

43. Contract Amendment

43.1 The Purchaser may, at any time, by written notice served on the Contractor, alter, amend, omit, increase, decrease quantity and scope, of all / any of the Services / the Works, in whole or in part.

43.2 The Contractor shall, within ten working days of receipt of such notice, submit a cost estimate and execution schedule of the proposed change (hereinafter referred to as the Change), to the Purchaser.

43.3 The Contractor shall not execute the Change until and unless the Purchaser has allowed the said Change, by written order served on the Contractor with a copy to the Client.

43.4 The Change, mutually agreed upon, shall constitute part of the obligations under this Contract, and the provisions of the Contract shall apply to the said Change.

43.5 No variation in or modification in the Contract shall be made, except by written amendment signed by both the Purchaser and the Contractor.

44. Assignment / Subcontract

44.1 The Contractor will not assign or sub-contract its obligations under the Contract, in whole or in part, except with the Purchaser's prior written consent.

44.2 The Contractor shall guarantee that any and all assignees / subcontractors of the Contractor shall, for performance of any part / whole of the work under the contract, comply fully with the terms and conditions of the Contract applicable to such part / whole of the work under the contract.

45. Extensions in time for performance of obligations under the Contract

If the Contractor encounters conditions impeding timely performance of any of the obligations, under the Contract, at any time, the Contractor shall, by written notice served on the Purchaser, promptly indicate the facts of the delay, it’s likely duration and its cause(s). As soon as practicable after receipt of such notice, the Purchaser shall evaluate the situation and may, at its exclusive discretion, without prejudice to any other remedy it may have, by written order served on the Contractor with a copy to the Client, extend the Contractor's time for performance of its obligations under the Contract.

46. Liquidated Damages

If the Contractor fails / delays in performance of any of the obligations, under the Contract / violates any of the provisions of the Contract / commits breach of any of the terms and conditions of the Contract the Purchaser may, without prejudice to any other right of action / remedy it may have, deduct from the Contract Price, as liquidated damages, a sum of money as per following schedule:

i. @0.25% per day of the concurrent annual contract cost, for first 30-days

ii. @2% per day of the concurrent annual contract cost for, next one week after

expiry of first 30-days

iii. @3% per day of the concurrent annual contract cost for, next one week and so on after expiry of first 38-days

on which is attributable to such part of the Services / the Works as cannot, in consequence of

AFC-BSS Tender Document Page 54 of 105

the failure / delay, be put to the intended use, between the scheduled delivery date(s), with any extension of time thereof granted by the Purchaser, and the actual delivery date(s). Provided that the amount so deducted shall not exceed, in the aggregate, 50% of the total Contract Price.

47. Forfeiture of Performance Security

If the Contractor fails / delays in performance of any of the obligations, under the Contract / violates any of the provisions of the Contract / commits breach of any of the terms and conditions of the Contract the Purchaser may, without prejudice to any other right of action / remedy it may have, forfeit Performance Security of the Contractor.

Failure to supply required items/services within the specified time period will invoke penalty as

specified in this document. In addition to that, Performance Security amount will be forfeited

and the company will not be allowed to participate in future tenders as well.

48. Termination for Default

48.1 If the Contractor fails / delays in performance of any of the obligations, under the Contract / violates any of the provisions of the Contract / commits breach of any of the terms and conditions of the Contract, or engages in any illegal activities, the Purchaser may, at any time, without prejudice to any other right of action / remedy it may have, by written notice served on the Contractor, indicate the nature of the default(s) and terminate the Contract, in whole or in part, without any compensation to the Contractor. Provided that the termination of the Contract shall be resorted to only if the Contractor does not cure its failure / delay, within fifteen working days (or such longer period as the Client may allow in writing), after receipt of such notice.

48.2 If the Purchaser terminates the Contract for default, in whole or in part, the Purchaser may procure, upon such terms and conditions and in such manner as it deems appropriate, Services / Works, similar to those undelivered, and the Contractor shall be liable to the Purchaser for any excess costs for such similar Services / Works. However, the Contractor shall continue performance of the Contract to the extent not terminated.

49. Termination for Insolvency

If the Contractor becomes bankrupt or otherwise insolvent, the Purchaser may, at any time, without prejudice to any other right of action / remedy it may have, by written notice served on the Contractor, indicate the nature of the insolvency and terminate the Contract, in whole or in part, without any compensation to the Contractor.

50. Termination for Convenience

50.1 The Purchaser may, at any time, by written notice served on the Contractor, terminate the Contract, in whole or in part.

50.2 The Services which are complete or to be completed by the Contractor, within thirty working days after the receipt of such notice, shall be accepted by the Purchaser. For the remaining services, the Purchaser may elect:

AFC-BSS Tender Document Page 55 of 105

50.2.1 to have any portion thereof completed and delivered; and/or

50.2.2 to cancel the remainder and pay the Contractor by:

Purchasing all equipment provisioned till date by the Contractor (taking into consideration depreciated values)

Making payments for services already rendered (if any are outstanding),

Paying a reasonable allowance for overheads, not exceeding 10% of value of utilized equipment and services.

51. Force Majeure

51.1 Force majeure shall mean any event, act or other circumstances not being an event, act or circumstance under the control of the purchaser or of the contractor. Non-availability of materials/supplies or of import license or of export permit shall not constitute Force majeure. If by reasons of Force Majeure supplies or services cannot be delivered by the due delivery date then the delivery date may be extended appropriately by the purchaser keeping in view all the circumstances and requirements of the Purchaser.

51.2 The Contractor shall not be liable for liquidated damages, forfeiture of its Performance Security, blacklisting for future tenders, termination for default, if and to the extent of his failure / delay in performance /discharge of obligations under the Contract is the result of an event of Force Majeure.

51.3 If a Force Majeure situation arises, the Contractor shall, by written notice served on the Purchaser, indicate such condition and the cause thereof. Unless otherwise directed by the Purchaser in writing, the Contractor shall continue to perform under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

52. Dispute Resolution

52 52.1 The Purchaser and the Contractor shall make every effort to amicably resolve, by direct

informal negotiation, any disagreement or dispute arising between them under or in connection with the Contract.

52.2 If, after thirty working days, from the commencement of such informal negotiations, the Purchaser and the Contractor have been unable to amicably resolve a Contract dispute, either party may, require that the dispute be referred for resolution by arbitration under the Pakistan Arbitration Act, 1940, as amended, by one or more arbitrators selected in accordance with said Law. The place for arbitration shall be Lahore, Pakistan. The award shall be final and binding on the parties.

53. Statutes and Regulations

53 53.1 The Contract shall be governed by and interpreted in accordance with the laws of Pakistan. The

Contractor shall, in all matters arising in the performance of the Contract, conform, in all respects, with the provisions of all Central, Provincial and Local Laws, Statutes, Regulations and

AFC-BSS Tender Document Page 56 of 105

By-Laws in force in Pakistan, and shall give all notices and pay all fees required to be given or paid and shall keep the Purchaser indemnified against all penalties and liability of any kind for breach of any of the same.

53.2 The Courts at Lahore shall have the exclusive territorial jurisdiction in respect of any dispute or difference of any kind arising out of or in connection with the Contract.

54. Taxes and Duties

The Contractor shall be entirely responsible for all taxes, duties and other such levies imposed make inquiries on income tax / sales tax to the concerned authorities of Income Tax and Sales Tax Department, Government of Pakistan.

55. Contract Cost

The Contractor shall bear all costs / expenses associated with the preparation of the Contract and the Purchaser shall in no case be responsible / liable for those costs / expenses e.g. Contract Stamp duty charges etc.

56. Authorized Representative

The Purchaser, or the Contractor may, at their exclusive discretion, appoint their Authorized Representative and may, from time to time, delegate any / all of the duties / authority, vested in them, to their authorized Representative(s), including but not limited to, signing on their behalf to legally bind them, and may, at any time, revoke such delegation.

55.1 The Authorized Representative shall only carry out such duties and exercise such authority as

may be delegated to him, by the Purchaser, or the Contractor. 55.2 Any such delegation or revocation shall be in writing and shall not take effect until notified to

the other parties to the Contract. 55.3 Any decision, instruction or approval given by the Authorized Representative, in accordance

with such delegation, shall have the same effect as though it had been given by the Principal. 55.4 Notwithstanding above Clause, any failure of the Authorized Representative to disapprove

Services or Works shall not prejudice the right of the Client to disapprove such Services or Works and to give instructions for the rectification thereof.

55.5 If the Contractor questions any decision or instruction of the Authorized Representative of the Purchaser / the Client, the Contractor may refer the matter to the Purchaser / the Client who shall confirm, reverse or vary such decision or instruction.

57. Waiver

56 Failure of either party to insist upon strict performance of the obligations of the other party, under the Contract, shall in no way be deemed or construed to affect in any way the right of that party to require such performance.

AFC-BSS Tender Document Page 57 of 105

58. Training

57 57.1 The Contractor shall arrange and undertake a comprehensive training program for the staff

nominated by the Purchaser / the Client to ensure that they shall acquire a good working knowledge of supply of such Services to be supplied under the Contract.

57.2 In case of non-compliance with instructions, non-cooperation or other difficulties experienced by the Contractor with regard to any of these personnel, the Contractor shall apprise the Purchaser / Client and proceed to implement suitable remedial measures after consultation with them.

59. Special Stipulations

SCHEDULE-A, SPECIAL STIPULATIONS

For ease of Reference, certain special stipulations are as under:

Tender Security

LOT wise tender security (Separate for each LOT, if the bidder is participating for more than one LOTs) would be submitted by the Bidder.

The Contractor shall furnish the Tender Security as under:

for the whole one LOT of Tender; if Total Tender Price is less than or

equal to PKR 5 Million, in the form of Demand Draft / Pay Order / Call

Deposit Receipt, in the name of the Procurer; if Total Tender Price is

more than PKR 5 Million, in the form of Bank Guarantee, issued by a

scheduled bank operating in Pakistan, in the name of the Procurer, as

per the format provided in the Tender Document; for a sum

equivalent to 2% of the Total Tender (LOT) Price; denominated in Pak

Rupees;

Have a minimum validity period of one hundred and eighty days (180)

from the last date for submission of the Tender or until furnishing of

the Performance Security, whichever is later

Performance Security

The successful Contractor shall furnish Performance Security as

under:

within ten (10) working days of the receipt of the Acceptance Letter

from the Purchaser;

in the form of a Bank Guarantee, issued by a scheduled bank

operating in Pakistan, as per the format provided in the Tender

AFC-BSS Tender Document Page 58 of 105

Document to the Purchaser;

denominated in Pak Rupees;

Have a minimum validity period of one year from the date of Award

Notification or until the date of expiry of yearly support period.

The technically and financially successful tenderer submit a sum equivalent to 10% of the total contract value for a period of three (03) years, on a yearly basis, with an undertaking to renew the Bank Guarantee before the end of each year, one month before the expiry period of the submitted bank guarantee.

Start operation of Services

after installation,

configuration, deployment,

commissioning, testing, and

training

Fully functional AFC-BSS setup for 31 stations of MBS-PMU/PMA

within 100 Calendar Days from the issuance of LOI.

Liquidated damages for failure

/ configuration of Services by

the Contractor

If the Contractor fails / delays in performance of any of the obligations, under the Contract / violates any of the provisions of the Contract / commits breach of any of the terms and conditions of the Contract the Purchaser may, without prejudice to any other right of action / remedy it may have, deduct from the Contract Price, as liquidated damages, a sum of money as per following schedule:

i. @0.25% per day of the concurrent annual

contract cost, for first 30-days

ii. @2% per day of the concurrent annual contract

cost for, next one week after expiry of

first 30-days

iii. @3% per day of the concurrent annual contract cost for, next one week and so on after expiry of first 38-days

on which is attributable to such part of the Services / the Works as cannot, in consequence of the failure / delay, be put to the intended use, between the scheduled delivery date(s), with any extension of time thereof granted by the Purchaser, and the actual delivery date(s). Provided that the amount so deducted shall not exceed, in the aggregate, 50% of the total Contract Price.

Legal Status to Work in

Pakistan

The Bidder must be allowed and meet all conditions set forth by the

Government to work with all concerned parties.

AFC-BSS Tender Document Page 59 of 105

60. Technical Evaluation Criteria

A point system will be used for technical qualifying for the contractors. PASS MARKS FOR ALL LOTs: A technically eligible bidder for a LOT, based on conditions listed in Section below, not meeting the 70% pass mark limit will be rejected in Technical evaluation of that specific LOT, and its LOT Financial Proposal will be returned to it unopened. All bidders scoring greater than or equal to 70% of the marks will be accepted in LOT technical proposal, and their respective financial bids will be opened as per rules and regulations. Lot # 2 and Lot # 3 will only be opened if the bids as received in Lot# 1 are found non conformant or else

found unreasonable by the Purchaser.

It is mentioned that the Lot best suitable and opted by the Purchaser, would be awarded accordingly as per rules, while the Purchaser reserves exclusive rights to cancel/annul or reject any one or all bids

submitted against any Lot at any time without giving any reason thereof. According to the Technical Proposal, the Technical bids will be rated as follows. Bidders may fill in the below evaluation sheet and do their own evaluation for submission, but the evaluation done by the Procurer/ Evaluator shall be the valid evaluation and shall hold: For each component listed below, provide detailed specifications with relevant materials including information on standards compliance.

COMPLIANCE SHEET FOR (LOT# 1) BIDS

Sr No Component Estimated

Quantity

Requirements

Met

(Y/N)

1 Provisioning and installation of UPS

(Necessarily to provide power backup of at least 4 hours

at any given time for all AFC-BSS components including

but not limited to 8 turnstiles, 8 validators, station PC(s)

and at minimum 2 top up/refund machines, ticket

vending machine, internet routers and/or other

necessary equipment material, also includes additional

provisioning of 10KVA per the requirements of existing

systems)

31

AFC-BSS Tender Document Page 60 of 105

2

Provisioning and installation of Top UP/Refund Machines

and/or RFID Token Recharge Machine (any/all of them

whichever is applicable). Top-Up machines should have

feature that they function only when amount/balance is

available.

62

3 Deployment of a reliable, proven, and globally deployed

Automated Fare Collection System, Vehicle Location

System and Passenger Information System and bus

scheduling system and any other components part of

AFC-BSS stated in this RFP

(Able to handle staged/zone/distance and flat based fare

policies and disburse operators on the basis of real data

collected via trackers placed in the bus)

1

4 Turnstiles

(8 for each station for roughly 31 stations)

248

5 Validators (Inclusive of all types proposed) 248

6 Driver console, including GPS Trackers for Buses 68

7

Fare Media Smart Cards and Throwaway Media

(Inclusive of all types of fare media)

Based on

anticipated

ridership

volumes given

in section 7

8 Provisioning of data connectivity to each station (primary 31 stations

AFC-BSS Tender Document Page 61 of 105

medium should be fiber optic, secondary could be any)

9

Provisioning of reliable data network at each station and

its two platforms – including wiring, switches, routers,

Station PCs, and all other components necessary to

provision and operate AFC-BSS components efficiently.

Please list all components.

31

10 Provisioning of handheld/portable ticket validators 5

11

Bulk initialization machines. Should have feature to

initialize cards/tokens only when amount/balance is

available in the machine. If no balance is available,

Contractor must first credit the appropriate bank

account, so that the machine can initialize tokens.

2

12 Any other equipment/hardware/software components

essential for AFC-BSS operations at the central data

center or bus stations. (Please provide detailed list along

with justification)

Specify quantity

13 Ticket Vending Machines (the machines must accept cash

(notes and coins) and dispense throwaway/reusable fare

media)

31

14 Support & Maintenance of the AFC-BSS solution including

items 1 through 13 above – for 3 years

(software support, maintenance of equipment, data

network, and overall responsibility of solution)

15 Operations at Ticket Sales Offices and at Turnstile

Locations

(Including cash handling)

At least 1

person for ticket

sales and at

least 1 person

for access

control at

turnstiles (per

shift, per

platform at each

station) at all

times during

MBS-PMU

AFC-BSS Tender Document Page 62 of 105

operating hours.

The mandatory requirements given above must be adhered to in order to qualify for evaluation against the criteria given.

COMPLIANCE SHEET FOR (LOT# 2) BIDS

Sr No Component Estimated

Quantity

Requirements

Met

(Y/N)

1 Provisioning and installation of UPS

(Necessarily to provide power backup of at least 4 hours

at any given time for all AFC-BSS components including

but not limited to 8 turnstiles, 8 validators, station PC(s)

and at minimum 2 top up/refund machines, ticket

vending machine, internet routers and/or other

necessary equipment material, also includes additional

provisioning of 10KVA per the requirements of existing

systems)

31

2

Provisioning and installation of Top UP/Refund Machines

and/or RFID Token Recharge Machine (any/all of them

whichever is applicable). Top-Up machines should have

feature that they function only when amount/balance is

available.

62

3 Deployment of a reliable, proven, and globally deployed

Automated Fare Collection System, Vehicle Location

System and Passenger Information System and bus

scheduling system and any other components part of

AFC-BSS stated in this RFP

(Able to handle staged/zone/distance and flat based fare

policies and disburse operators on the basis of real data

collected via trackers placed in the bus)

1

AFC-BSS Tender Document Page 63 of 105

4 Turnstiles

(8 for each station for roughly 31 stations)

248

5 Validators (Inclusive of all types proposed) 248

6 Driver console, including GPS Trackers for Buses 68

7

Fare Media Smart Cards and Throwaway Media

(Inclusive of all types of fare media)

Based on

anticipated

ridership

volumes given

in section 7

8 Provisioning of data connectivity to each station (primary

medium should be fiber optic, secondary could be any)

31 stations

9

Provisioning of reliable data network at each station and

its two platforms – including wiring, switches, routers,

Station PCs, and all other components necessary to

provision and operate AFC-BSS components efficiently.

Please list all components.

31

10 Provisioning of handheld/portable ticket validators 5

11

Bulk initialization machines. Should have feature to

initialize cards/tokens only when amount/balance is

available in the machine. If no balance is available,

Contractor must first credit the appropriate bank

account, so that the machine can initialize tokens.

2

12 Any other equipment/hardware/software components

essential for AFC-BSS operations at the central data

center or bus stations. (Please provide detailed list along

with justification)

Specify quantity

13 Ticket Vending Machines (the machines must accept cash

(notes and coins) and dispense throwaway/reusable fare

31

AFC-BSS Tender Document Page 64 of 105

media)

14 Support & Maintenance of the AFC-BSS solution including

items 1 through 13 above – for 3 years

(software support, maintenance of equipment, data

network, and overall responsibility of solution)

The mandatory requirements given above must be adhered to in order to qualify for evaluation against the criteria given. COMPLIANCE SHEET FOR (LOT# 3) BIDS

1 Operations at Ticket Sales Offices and at Turnstile

Locations

(Including cash handling)

At least 1

person for ticket

sales and at

least 1 person

for access

control at

turnstiles (per

shift, per

platform at each

station) at all

times during

MBS-PMU

operating hours.

The mandatory requirements given above must be adhered to in order to qualify for evaluation against the criteria given.

AFC-BSS Tender Document Page 65 of 105

Technical Evaluation Criteria FOR (LOT# 1)

References and supporting documentation required as evidence for each:

Sr No.

Criteria

Marks

Comment/Description

1 Number of implementations of successful similar

projects of proven, globally-deployed automated fare

collection systems, automated vehicle location

systems and bus scheduling solutions (verifiable list

to be provided)

(Mandatory feature)

20

1 to 2 = 8 Points

3 to 5 = 16 Points

6 or Greater =20 Points

2 Maximum passenger journeys per day that the

system can handle

5 Highest score will be awarded

to the bidder with highest

number of passengers journeys

per day [5] and every other in

descending order will be given

Score of Next Available Highest

-2.

Lowest marks will be zero. No

negative marks

3 Total number of passengers served via the proposed

system

5 Highest score will be awarded

to the bidder with highest

number of passengers served

[5] and every other in

descending order will be given

Score of Next Available Highest

-2.

Lowest marks will be zero. No

negative marks

4 Number of public sector projects greater than Rs. 500

million in value

5 1 to 3 = 2 Points

4 to 5 = 3 Points

6 or Greater = 5 Points

5 Team members in the AFC-BSS software team with

more than 3 years of experience in the related field.

4 to 5 = 2 Points

AFC-BSS Tender Document Page 66 of 105

Please ensure to attach updated resumes with date

of joining information for each team member.

5 6 to 10 = 3 Points

11 to 15 = 4 Points

16 or Greater = 5 Points

6 Team members in the equipment maintenance team

with more than 3 years of experience in the related

field

5 4 to 5 = 2 Points

6 to 10 = 3 Points

11 to 15 = 4 Points

16 or Greater = 5 Points

7 Financial Strength of the bidder

Annual Revenue

15

Audited Accounts of last 5

years OR Copy of Income Tax

Returns of last 5 years.

Highest score will be awarded

to the bidder with highest

annual revenue [15] and every

other in descending order will

be given Score of Next

Available Highest -3.

Lowest marks will be zero. No

negative marks

8 Setting up local workshops or engaging local partner

for maintenance of equipment deployed – detailed

plan must be shared

10 1 local workshop [5 Points]

2 or more than 2 local

workshops [10 Points]

9 Mean Time Between Failure (MTBF) for turnstiles 5 Highest score will be awarded

to the bidder with highest

MTBF value [5] and every other

in descending order will be

given Score of Next Available

Highest -2.

Lowest marks will be zero. No

negative marks

10 Demonstrated capabilities of AFC-BSS to produce

reports and query data on the fly

5

AFC-BSS Tender Document Page 67 of 105

11 AFC-BSS must be able to maintain detailed user

activity/transactional logs for review by system

administrators and/or auditors at any point of time

10

12 Number of successful projects with deployment of

more than 200 resources onsite in multiple shifts

20 1 to 2 = 8 Points

3 to 5 = 16 Points

6 or Greater =20 Points

13 Workforce currently working for the enterprise 10 200 to 400 = 4 Points

401 to 600 = 7 Points

601 or more = 10 Points

14 Number of projects with experience of Cash Handling

in projects of similar nature

10 1 to 3 = 4 Points

4 to 5 = 7 Points

6 or Greater = 10 Points

15 Project Managers with more than 7 years of Project

Management’s Experience

10 2 to 3 = 5 Points

4 to 6 = 7 Points

7 or Greater = 10 Points

TOTAL 140

AFC-BSS Tender Document Page 68 of 105

Technical Evaluation Criteria FOR (LOT# 2)

Lot # 2 will only be opened, processed and evaluated if the bids as received in Lot# 1 are found non conformant or else found unreasonable by the Purchaser. It is mentioned that the Lot best suitable and opted by the Purchaser, would be awarded accordingly as per rules, while the Purchaser reserves exclusive rights to cancel/annul or reject any one or all bids submitted against any Lot at any time without giving any reason thereof. References and supporting documentation required as evidence for each:

Sr No.

Criteria

Marks

Comment/Description

1 Number of implementations of successful similar

projects of proven, globally-deployed automated fare

collection systems, automated vehicle location

systems and bus scheduling solutions (verifiable list

to be provided)

(Mandatory feature)

20 1 to 2 = 8 Points

3 to 5 = 16 Points

6 or Greater =20 Points

2 Maximum passenger journeys per day that the

system can handle

5 Highest score will be awarded

to the bidder with highest

number of passengers journeys

per day [5] and every other in

descending order will be given

Score of Next Available Highest

-2.

Lowest marks will be zero. No

negative marks

3 Total number of passengers served via the proposed

system

5 Highest score will be awarded

to the bidder with highest

number of passengers served

[5] and every other in

descending order will be given

Score of Next Available Highest

-2.

Lowest marks will be zero. No

negative marks

AFC-BSS Tender Document Page 69 of 105

4 Number of public sector projects greater than Rs. 500

million in value

5 1 to 3 = 2 Points

4 to 5 = 3 Points

6 or Greater = 5 Points

5 Team members in the AFC-BSS software team with

more than 3 years of experience in the related field.

Please ensure to attach updated resumes with date

of joining information for each team member.

5

4 to 5 = 2 Points

6 to 10 = 3 Points

11 to 15 = 4 Points

16 or Greater = 5 Points

6 Team members in the equipment maintenance team

with more than 3 years of experience in the related

field

5 4 to 5 = 2 Points

6 to 10 = 3 Points

11 to 15 = 4 Points

16 or Greater = 5 Points

7 Financial Strength of the bidder

Annual Revenue

15 Audited Accounts of last 5

years OR Copy of Income Tax

Returns of last 5 years.

Highest score will be awarded

to the bidder with highest

annual revenue [15] and every

other in descending order will

be given Score of Next

Available Highest -3.

Lowest marks will be zero. No

negative marks

8 Setting up local workshops or engaging local partner

for maintenance of equipment deployed – detailed

plan must be shared

10 1 local workshop [5 Points]

2 or more than 2 local

workshops [10 Points]

9 Mean Time Between Failure (MTBF) for turnstiles 5 Highest score will be awarded

to the bidder with highest

MTBF value [5] and every other

in descending order will be

given Score of Next Available

AFC-BSS Tender Document Page 70 of 105

Highest -2.

Lowest marks will be zero. No

negative marks

10 Demonstrated capabilities of AFC-BSS to produce

reports and query data on the fly

5

11 AFC-BSS must be able to maintain detailed user

activity/transactional logs for review by system

administrators and/or auditors at any point of time

10

12 Project Managers with more than 7 years of Project

Management’s Experience

10 2 to 3 = 5 Points

4 to 6 = 7 Points

7 or Greater = 10 Points

TOTAL 100

AFC-BSS Tender Document Page 71 of 105

Technical Evaluation Criteria FOR (LOT# 3)

Lot # 3 will only be opened, processed and evaluated if the bids as received in Lot# 1 are found non conformant or else found unreasonable by the Purchaser. It is mentioned that the Lot best suitable and opted by the Purchaser, would be awarded accordingly as per rules, while the Purchaser reserves exclusive rights to cancel/annul or reject any one or all bids submitted against any Lot at any time without giving any reason thereof.

References and supporting documentation required as evidence for each:

Sr No.

Criteria

Marks

Comment/Description

1 Number of projects with deployment of more than

100 resources onsite in multiple shifts

20 1 to 2 = 8 Points

3 to 5 = 16 Points

6 or Greater =20 Points

2 Workforce currently working for the enterprise 10 200 to 400 = 4 Points

401 to 600 = 7 Points

601 or more = 10 Points

3 Number of projects with experience of Cash Handling

in projects of similar nature

10 1 to 3 = 4 Points

4 to 5 = 7 Points

6 or Greater = 10 Points

4 Financial Strength of the bidder

Annual Revenue

15 Audited Accounts of last 5

years OR Copy of Income Tax

Returns of last 5 years.

Highest score will be awarded

to the bidder with highest

annual revenue [15] and every

other in descending order will

be given Score of Next

Available Highest -3.

Lowest marks will be zero. No

negative marks

AFC-BSS Tender Document Page 72 of 105

5 Project Managers with more than 7 years of Project

Management’s Experience

10 2 to 3 = 5 Points

4 to 6 = 7 Points

7 or Greater = 10 Points

TOTAL 65

AFC-BSS Tender Document Page 73 of 105

61. Financial Cost/ Price Schedule

MUST BE SUBMITTED IN SEPARATE ENVELOPE HIGHLIGHTED AS FINACIAL PROPOSAL

Financial Cost/ Price Schedule for Lot# 1

EQUIPMENT TO BE PURCHASED:

Equipment COL-A COL-B COL-C = COL-A * COL-B

Sr No Component Estimated

Quantity

Unit

Price (Inc. Taxes)

Total

Price (Inc. Taxes)

1 Power Backup (with at least 4 hours of backup time) to

support all AFC-BSS related equipment and

components as well as station (2 platforms) network

and communications devices, , also includes additional

provisioning of 10KVA per the requirements of existing

systems

31

2 Top UP/Refund Machines and/or RFID Token Recharge

Machine (any/all of them whichever is applicable)

62

3 Turnstiles

(8 for each station for roughly 31 stations)

248

4 Validators (Inclusive of all types proposed) 248

5 Driver console, including GPS Trackers for Buses 68

6 Provisioning of data connectivity to each station

(primary medium should be fiber optic, secondary could

be any)

31 stations

(approximat

ely)

AFC-BSS Tender Document Page 74 of 105

7

Provisioning of reliable data network at each station and

its two platforms – including wiring, switches (outdoor

weather-resistant layer 3 capable), routers, Station PCs,

and all other components necessary to provision and

operate AFC-BSS components efficiently. Please list all

components.

31

8 Provisioning of handheld ticket validators (for spot

checking by ticket inspectors)

5

9 On Station Sign Boards 31

10 Bulk Initialization Machines for RFID cards/Tokens 2

11 Ticket Vending Machines (the machines must accept

cash (notes and coins) and dispense

throwaway/reusable fare media )

31

12 Data center related equipment (including servers,

routers, firewalls, backup equipment, racks etc). Provide

quantities and specifications

1

13 Any other equipment/hardware components essential

for AFC-BSS operations at the central data center or bus

stations. (Please provide detailed list along with

justification and component price)

Specify

quantities

Software Solution

14 Reliable, proven, and globally deployed , Automated

Fare Collection System

(Able to handle staged/zone/distance and flat based fare

policies and other related requirements stated in this

RFP)

1

15 Reliable, proven, and globally deployed

Vehicle Location System

1

16 Reliable, proven, and globally deployed

Passenger Information System

1

17 Any other software components required for AFC-BSS

operations at the central data center or bus stations.

(Please provide detailed list along with justification and

component price)

18 Fare Media, Smart Cards and Throwaway Media Based on

AFC-BSS Tender Document Page 75 of 105

(Inclusive of all types of fare media to be supplied for the

period of support i.e 3 years)

anticipated

ridership

volumes

given in

section 7

TOTAL COST X

X = 1+2+3+4+5+6+7+8+9+10+11+12+13+14+15+16+17+18 Note:

1) Installation of equipment along with successful testing and commissioning will be the responsibility of bidder for which bidder must not quote price separately.

2) The Purchaser may, at any time, by written notice served on the Contractor, alter, amend, omit, increase, decrease quantity and scope, of all / any of the Services / the Works, in whole or in part.

OPERATIONS AND MAINTENANCE:

Sr No Item Price

(Inc. Taxes)

1 Monthly Service Charges for operating and maintaining all AFC-

BSS services stated in this tender document – for 31 MBS-PMU

stations

(including but not limited to operations and maintenance of all

hardware, software, data communication, network, security

components, top-up/POS machines, ticket issuance and

validation, turnstile functioning, etc)

2 Monthly service charges of providing all back-office processing

services associated with AFC-BSS, stated in this tender document

(including but not limited to setting-up of all AFC-BSS bandwidth

requirements, data communication, and hosting components, etc

- associated with central datacenter setup)

3 Monthly service charges for dedicating adequate human

resources to manage AFC-BSS data-center components

4 Monthly Service Charges for placing adequate human resources

at all MBS-PMU station, to manage AFC-BSS related components

AFC-BSS Tender Document Page 76 of 105

At least 1 person for ticket sales and at least 1 person for access

control at turnstiles (per shift, per platform, at each station) at all

times during MBS-PMU operating hours)

*MONTHLY SERVICE CHARGES Y

TOTAL MONTHLY SERVICE CHARGES Z= Y x 36

* Monthly service charges (Y) must remain same throughout the contract period.

Y = 1+2+3+4

Total Bid Price = X+Z Technically qualified bidder with the lowest bid price (X+Z) will be considered successful.

Important Information:

i. No advance payments will be made. Monthly payments will be made on a prorated basis by the Purchaser taking into account the number of stations and number of buses for which AFC-BSS has been successfully provisioned.

ii. New stations and/or on-board bus modules may be added at any time during the contract period at the same average monthly service charge (per Station, per bus, as the case may be) as mentioned above in Price Table.

AFC-BSS Tender Document Page 77 of 105

Financial Cost/ Price Schedule for LOT#2

EQUIPMENT TO BE PURCHASED:

Equipment COL-A COL-B COL-C = COL-A * COL-B

Sr No Component Estimated

Quantity

Unit

Price (Inc. Taxes)

Total

Price (Inc. Taxes)

1 Power Backup (with at least 4 hours of backup time) to

support all AFC-BSS related equipment and components

as well as station (2 platforms) network and

communications devices, , also includes additional

provisioning of 10KVA per the requirements of existing

systems

31

2 Top UP/Refund Machines and/or RFID Token Recharge

Machine (any/all of them whichever is applicable)

62

3 Turnstiles

(8 for each station for roughly 31 stations)

248

4 Validators (Inclusive of all types proposed) 248

5 Driver console, including GPS Trackers for Buses 68

6 Provisioning of data connectivity to each station

(primary medium should be fiber optic, secondary could

be any)

31 stations

(approximat

ely)

7

Provisioning of reliable data network at each station and

its two platforms – including wiring, switches (outdoor

weather-resistant layer 3 capable), routers, Station PCs,

and all other components necessary to provision and

operate AFC-BSS components efficiently. Please list all

31

AFC-BSS Tender Document Page 78 of 105

components.

8 Provisioning of handheld ticket validators (for backup) 5

9 On Station Sign Boards 31

10 Bulk Initialization Machines for RFID cards/Tokens 2

11 Ticket Vending Machines (the machines must accept

cash (notes and coins) and dispense

throwaway/reusable fare media)

31

12 Data center related equipment (including servers,

routers, firewalls, backup equipment, racks etc). Provide

quantities and specifications

1

13 Any other equipment/hardware components essential

for AFC-BSS operations at the central data center or bus

stations. (Please provide detailed list along with

justification and component price)

Software Solution

14 Reliable, proven, and globally deployed , Automated

Fare Collection System

(Able to handle staged/zone/distance and flat based fare

policies and other related requirements stated in this

RFP)

1

15 Reliable, proven, and globally deployed

Vehicle Location System

1

16 Reliable, proven, and globally deployed

Passenger Information System

1

17 Any other software components required for AFC-BSS

operations at the central data center or bus stations.

(Please provide detailed list along with justification and

component price)

18 Fare Media, Smart Cards and Throwaway Media

(Inclusive of all types of fare media to be supplied for the

period of support i.e 3 years)

Based on

anticipated

ridership

volumes

AFC-BSS Tender Document Page 79 of 105

given in

section 7

TOTAL COST X

X = 1+2+3+4+5+6+7+8+9+10+11+12+13+14+15+16+17+18 Note:

1) Installation of equipment along with successful testing and commissioning will be the responsibility of bidder for which bidder must not quote price separately.

2) The Purchaser may, at any time, by written notice served on the Contractor, alter, amend, omit, increase, decrease quantity and scope, of all / any of the Services / the Works, in whole or in part.

OPERATIONS AND MAINTENANCE:

Sr No Item Price

(Inc. Taxes)

1 Monthly Service Charges for support and maintenance of all AFC-

BSS services stated in this tender document – for 31 MBS-PMU

stations

(including but not limited to support and maintenance of all

hardware, software, data communication, network, security

components, top-up/POS machines and validation, turnstile

functioning, etc)

2 Monthly service charges of providing all back-office processing

services associated with AFC-BSS, stated in this tender document

(including but not limited to setting-up of all AFC-BSS bandwidth

requirements, data communication, and hosting components, etc

- associated with central datacenter setup)

3 Monthly service charges for dedicating adequate human

resources to manage AFC-BSS data-center components

*MONTHLY SERVICE CHARGES Y

TOTAL MONTHLY SERVICE CHARGES Z =Y x 36

*Monthly service charges (Y) must remain same throughout the contract period.

AFC-BSS Tender Document Page 80 of 105

Y = 1+2+3

Total Bid Price = X+Z Technically qualified bidder with the lowest bid price (X+Z) will be considered successful.

Important Information:

iii. No advance payments will be made. Monthly payments will be made on a prorated basis by the Purchaser taking into account the number of stations and number of buses for which AFC-BSS has been successfully provisioned.

iv. New stations and/or on-board bus modules may be added at any time during the contract period at the same average monthly service charge (per Station, per bus, as the case may be) as mentioned above in Price Schedule.

AFC-BSS Tender Document Page 81 of 105

Financial Cost/ Price Schedule for LOT # 3

OPERATIONS AND MAINTENANCE:

Sr No Item Price (Inc. Taxes)

1 Monthly Service Charges for placing adequate human resources

at all MBS-PMU station, to manage ticket sales and operations

(At least 1 person for ticket sales and at least 1 person for access

control at turnstiles (per shift, per platform, at each station) at all

times during MBS-PMU operating hours)

* MONTHLY CHARGES X

TOTAL MONTHLY CHARGES Y = X *36

*Monthly service charges (X) must remain same throughout the contract period.

Total Bid Price = Y Technically qualified bidder with the lowest bid price (X) will be considered successful.

Important Information:

i. No advance payments will be made. Monthly payments will be made on a prorated basis by the Purchaser taking into account the number of stations and number of buses for which AFC-BSS has been successfully provisioned.

ii. New stations and/or on-board bus modules may be added at any time during the contract period at the same average monthly service charge (per Station, per bus, as the case may be) as mentioned above in Price Schedule.

Date ___________

Place __________

Signature of authorized person

Name:

(Company Seal)

__________________

In the capacity of

Duly authorized by

Note: No cutting or overwriting is allowed. Any cutting or overwriting will lead to rejection of the financial bid.

AFC-BSS Tender Document Page 82 of 105

Annexure-A: Technical Proposal Submission Form

Technical Proposal Submission Form [Location, Date]

To _(Name and address of Procurer/Evaluator)_

Dear Sir,

We, the undersigned, offer to provide the _(insert title of assignment)_ in accordance with your

Request for Proposal/Tender Document dated _(insert date)_ and our Proposal. We are hereby

submitting our Proposal, which includes the Technical Proposal and the Financial Proposal sealed in two

separate envelopes.

We undertake, if our Proposal is accepted, to provide supply of _________related to the

assignment.

We also confirm that the Government of Pakistan / Punjab has not declared us, or any, ineligible

on charges of engaging in corrupt, fraudulent, collusive or coercive practices. We furthermore, pledge

not to indulge in such practices in competing for or in executing the Contract, and we are aware of the

relevant provisions of the Proposal Document.

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signature

(In full and initials)

Name and Designation of Signatory

Name of Firm

Address

AFC-BSS Tender Document Page 83 of 105

Annexure-B: Financial Proposal Submission Form (Part of Financial Bid Envelope)

Financial Proposal Submission Form (Part of Financial Bid Envelope)

[Location, Date]

To _(Name and address of Procurer/Evaluator)_

Dear Sir,

We, the undersigned, offer to provide the _(Insert title of assignment)_ in accordance with your

Request for Proposal dated _(insert date)_ and our Technical Proposal. Our attached Financial Proposal

is for the sum of _(insert amount in words and figures)_. This amount is inclusive of all taxes.

Our Financial Proposal shall be binding upon us subject to the modifications resulting from

Contract negotiations, up to expiration of the validity period of the Proposal, i.e. before the date

indicated in _______ of the Proposal Data Sheet.

We also declare that the Government of Pakistan / Punjab has not declared us or any Sub-

Contractors for any part of the Contract, ineligible on charges of engaging in corrupt, fraudulent,

collusive, or coercive practices. We furthermore, pledge not to indulge in such practices in competing

for or in executing the Contract, and are aware of the relevant provisions of the Proposal Document.

We understand you are not bound to accept any Proposal you receive.

Signed

In the capacity of:

Duly authorized to sign the proposal on behalf of the Applicant.

Date:

AFC-BSS Tender Document Page 84 of 105

Annexure-C: Format for Covering Letter

To (Name and address of Procurer/Evaluator)

Sub: ________________________________________________. Dear Sir,

a) Having examined the tender document and Appendixes we, the undersigned, in conformity with

the said document, offer to provide the said items on terms of reference to be signed upon the

award of contract for the sum indicated as per financial bid.

b) We undertake, if our proposal is accepted, to provide the items/services comprise in the

contract within time frame specified, starting from the date of receipt of notification of award

from the client Department / Office.

c) We agree to abide by this proposal for the period of ____ days (as per requirement of the

project) from the date of bid opening and it shall remain binding upon us and may be accepted

at any time before the expiration of that period.

d) We agree to execute a contract in the form to be communicated by the _(insert name of the

Purchaser)_, incorporating all agreements with such alterations or additions thereto as may be

necessary to adapt such agreement to the circumstances of the standard.

e) Unless and until a formal agreement is prepared and executed this proposal together with your

written acceptance thereof shall constitute a binding contract agreement.

f) We understand that you are not bound to accept a lowest or any bid you may receive, not to

give any reason for rejection of any bid and that you will not defray any expenses incurred by us

in biding.

g) We would like to clearly state that we qualify for this work as our company meets all the pre-F

criteria indicated on your tender document. The details are as under:

_________________________

Authorized Signatures with Official Seal

AFC-BSS Tender Document Page 85 of 105

Annexure-D: Instructions for preparation of power of attorney

a) To be executed by an authorized representative of the bidder.

b) The mode of execution of the Power of Attorney should be in accordance with the

procedure, if any, laid down by the applicable law and the charter documents of the

executants and when it is so required the same should be under common seal affixed in

accordance with the required procedure.

c) Also, wherever required, the Bidder should submit for verification the extract of the charter

documents and documents such as a resolution/power of attorney in favor of the Person

executing this Power of Attorney for the delegation of power hereunder on behalf of the

Bidder.

d) In case the Application is signed by an authorized Director / Partner or Proprietor of the

Applicant, a certified copy of the appropriate resolution / document conveying such

authority may be enclosed in lieu of the Power of Attorney.

AFC-BSS Tender Document Page 86 of 105

Format of Power-of-Attorney

POWER OF ATTORNEY

(On a Legal / Revenue Stamp Paper of PAKISTAN / of the bidder’s country in the relevant value

OR on the bidder’s letter head officially signed and stamped)

We (name of the company and address of the registered office) do hereby appoint and

authorize Mr. / Ms. (full name and residential address) bearing Pakistan’s Computerized

National Identity Card (CNIC) no. (complete CNIC no.) who is presently engaged with us and

holding the position of as our attorney, to do in our name and on our behalf, all such acts,

deeds and things necessary in connection with or incidental to our proposal for (name of the

project) in response to the tenders invited by the (name of the Purchaser) including signing and

submission of all documents and providing information/responses to (name of the Purchaser)

in all matters in connection with our Bid.

We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant

to this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney

shall and shall always be deemed to have been done by us.

Dated this _____ day of ____________________ 20__

For ________________________________

(Signature)

(Name, Designation and Address)

Accepted

(Signature)

(Name, Title and Address of the Attorney)

Date:

AFC-BSS Tender Document Page 87 of 105

Annexure-E: Undertaking

UNDERTAKING

It is certified that the information furnished here in and as per the document submitted is true

and correct and nothing has been concealed or tampered with. We have gone through all the

conditions of tender and is liable to any punitive action for furnishing false information /

documents.

Dated this _____ day of ____________________ 20__

Signature

(Company Seal)

__________________

In the capacity of

Duly authorized to sign bids for and on behalf of:

AFC-BSS Tender Document Page 88 of 105

Annexure-F: Affidavit

AFFIDAVIT

Integrity Pact

We _(Name of the bidder / supplier)_ being the first duly sworn on oath submit, that Mr. / Ms.

________ (if participating through agent / representative) is the agent / representative duly authorized

by _(Name of the bidder company)_ hereinafter called the Contractor to submit the attached bid to the

_(Name of the Procurer/Evaluator)_. Affiant further states that the said M/s (Bidding Firm/Company

Name) has not paid, given or donate or agreed to pay, given or donate to any line officer or employee of

the _(Name of the Procurer/Evaluator)_ any money or thing of value, either directly or indirectly, for

special consideration in the letting of the contract, or for giving undue advantage to any of the bidder in

the bidding and in the evaluation and selection of the bidder for contract or for refraining from properly

and thoroughly maintaining projects implementations, reporting violation of the contract specification

or other forms of non-compliance.

_________________ Signature & Stamp

Subscribed and sworn to me this ________ day of _____ 20__

______________________________________________________ Notary Public

AFC-BSS Tender Document Page 89 of 105

Annexure-G: Tender Security Form

TENDER SECURITY FORM

WHEREAS [Name and Address of the Contractor] (hereinafter called "the Contractor") has submitted

Tender against Tender Name (hereinafter called "the Tender") to the [Name and Address of the

Procurer] (hereinafter called "the Procurer") for the Total Tender Price of PKR (in figures

____________________) (in words ___________________________________).

AND WHEREAS [Name of the Bank] having registered office at [Address of the Bank] (hereinafter called

"the Guarantor") has agreed to give the Contractor a Guarantee;

THEREFORE the Guarantor hereby affirms to bind himself, his successors and his assigns to the Procurer,

for the sum of PKR (in figures ____________________) (in words

___________________________________) and undertakes to pay to the Procurer / Purchaser, upon

receipt of his written demand(s), any sum(s) as specified by him, not exceeding the above limit in

aggregate, without cavil / argument and without the Procurer having to substantiate / prove or to show

grounds / reasons for such claim(s), on the occurrence of any / all of the following conditions:

1. If the Contractor withdraws the Tender during the period of the Tender validity specified by the Contractor on the Tender Form; or

2. If the Contractor does not accept the corrections of his Total Tender Price; or

3. If the Contractor, having been notified of the acceptance of the Tender by the Purchaser during

the period of the Tender validity, fails or refuses to furnish the Performance Security, in accordance with the Tender Document.

Provided that the Procurer / Purchaser shall specify the occurred condition(s) owing to which the said

sum is due to him.

Provided further that any demand(s) / claim(s) from the Purchaser shall reach the Guarantor within

thirty working days after the expiry of the Guarantee.

This guarantee shall remain valid up to ___________________ or until furnishing of the Performance

Security, whichever is later.

Date this ________________day of 2012.

GUARANTOR

Signature __________________

CNIC # __________________

Name __________________

Designation __________________

Address __________________

AFC-BSS Tender Document Page 90 of 105

Annexure-H: Performance Security

PERFORMANCE SECURITY

Issuing Authority:

Date of Issuance:

Date of Expiry:

Claim Lodgment Date:

WHEREAS [Name and Address of the Contractor] (hereinafter called "the Contractor") has agreed to

supply the Services and render the Services against Tender Name (hereinafter called "the Contract") for

the Contract Value of PKR (in figures ____________________) (in words

___________________________________).

AND WHEREAS it has been stipulated in the Tender Document that the successful Contractor shall furnish Performance Security, within ten (10) working days of the receipt of the Acceptance Letter from the Purchaser, in the form of a Bank Guarantee, issued by a scheduled bank operating in Pakistan, as per the format provided in the Tender Document to the Purchaser, for a sum equivalent to Rs.____________________( to 10% of the total contract value for a period of three (03) years, on a yearly basis, with an undertaking to renew the Bank Guarantee before the end of each year, one month before the expiry period of the submitted bank guarantee) valid from the date of issue until all

obligations have been fulfilled in accordance with the Contract; AND WHEREAS [Name of the Bank]

having registered office at [Address of the Bank] (hereinafter called "the Guarantor") has agreed to give the Contractor a Guarantee;

THEREFORE the Guarantor hereby affirms to bind himself, his successors and his assigns to the

Purchaser, for the sum of PKR (in figures ____________________) (in words

___________________________________) and undertakes to pay to the Purchaser, upon receipt of his

written demand(s), any sum(s) as specified by him, not exceeding the above limit in aggregate, without

cavil / argument and without the Purchaser having to substantiate / prove or to show grounds / reasons

for such claim(s), on the occurrence of any / all of the following conditions:

1. If the Contractor commits a default under the Contract;

2. If the Contractor fails to fulfill any of the obligations under the Contract;

3. If the Contractor violates any of the provisions of the Contract.

Provided that the Purchaser shall specify the occurred condition(s) owing to which the said sum is due

to him.

Provided further that any demand(s) / claim(s) from the Purchaser shall reach the Guarantor within

thirty working days after the expiry of the Guarantee.

AFC-BSS Tender Document Page 91 of 105

This guarantee shall remain valid up to ___________________ or all obligations have been fulfilled in

accordance with the Contract, whichever is later.

Date this ________________day of 2012.

GUARANTOR

Signature __________________

CNIC # __________________

Name __________________

Designation __________________

Address __________________

AFC-BSS Tender Document Page 92 of 105

Annexure-I: Financial Capacity of the Bidder

Additionally, the following financial data form shall be filled out for the Bidder. The Purchaser reserves the right to request additional information about the financial capacity of the Bidder. A Bidder that fails to demonstrate through its financial records that it has the financial capacity to perform the required Supply/Services may be disqualified.

Financial Information Historical information for the previous three years (most recent to oldest in (PAK Rupees)

Year 1 (Year)

Year 2 (Year)

Year 3 (Year)

Information from Balance Sheet:

(1) Total Assets (TA)

(2) Current Assets (CA)

(3) Total Liabilities (TL)

(4) Current Liabilities (CL)

Information from Income Statement:

(5) Total Revenue (TR)

(6) Profits before Taxes (PBT)

Net Worth (1) – (3)

Current Ratio (2) / (4)

Provide information on current or past litigation or arbitration over the last three (3) years as shown in the form below.

Litigation or arbitration in the last three (3) years: No:_____Yes:______ (See below)

Litigation and Arbitration During Last three (3) Years

Year Matter in Dispute Value of Award Against Contractor in PAK Rupees

_________________________

Authorized Signatures with Official Seal

AFC-BSS Tender Document Page 93 of 105

Annexure J: Service Level Agreement Format

DRAFT SERVICE LEVEL AGREEMENT (SLA)

Scope:

The SLA describes target performance levels which the bidder shall aim to deliver for the Services

outlined in this RFP. It also lists the procedures for managing unavailability of Services, and associated

penalties which will be applied if bidder fails to deliver any service performance targets in accordance

with this Agreement.

Service Monitoring:

The concerned Department/Authority of the Government of Punjab will set-up a service monitoring

cell, dedicated to monitoring service level compliance.

Successful bidder/AFC-BSS Service Provider must provide the mechanisms, data, online system, and

access rights through which personnel authorized by Government of Punjab will check Service Level

Compliance.

Service levels associated with various key aspects of the services, components, and operations related

to the AFC-BSS project, are defined below. In addition, an overall uptime of 99.9% is expected from all

components and services associated with AFC-BSS.

The Successful bidder will put in place a monitoring mechanism to monitor all components of the

Services (including but not limited to all e-Ticketing, Automated Fare Collection, and Automated Vehicle

Location System, Bus station network components and modules). Successful bidder will give concerned

Government Department /Authority, the access rights to view online status and reports associated with

the monitoring system.

The successful bidder, through its monitoring system must provide the data that is sufficient to allow

analysis and reporting of performance and availability of components, equipment, modules – to the

detail and frequency described in this Agreement.

The successful bidder must also make available a helpdesk and complaint management system with

access to authorized personnel of concerned department/Authority of the Government of Punjab.

Periodic reviews will be scheduled by the Government of the Punjab via its concerned departments and

organizations. The reports from the successful bidder’s service monitoring system shall form an agenda

for such reviews.

Scheduled Maintenance:

Scheduled maintenance should fall outside normal working hours, and not exceed a total of 4 hours per

month.

AFC-BSS Tender Document Page 94 of 105

The successful bidder must seek approval from the concerned government department and authorities

for all pre-planned/scheduled maintenance work by submitting a detailed maintenance work plan along

with reasons for scheduled maintenance, and impact on services (if any), and on service levels - at least

one week prior to planned execution of the scheduled maintenance work.

After completion of the planned work, the successful bidder, will report the outcome to the concerned

department/authority in writing and by updating the bidder’s call management system and associated

website. PMA will have access to the bidder’s call management system to log calls and to assign

categories.

Fault levels

Category Definition Initial Response Resolution

Critical The system is unable

to be used for normal

business activity. There

is no viable

workaround.

Downtime will lead to

financial loss.

Within 15 minutes Within 90 minutes

Urgent There is a problem

with a part of the

system which impacts

decision-making and

there is a likelihood of

financial loss.

Within 1 hour Within 3 hours

High The efficiency of the

system users is being

impacted, but a viable

workaround exists.

Within 2 hours Within 6 hours

Normal A fault with low impact

and no possibility of

revenue loss. A viable

workaround exists.

Within 6 hours Within 12 hours

Initial Response: Time taken by the successful bidder’s qualified representative to arrive at the premises

where the failure occurred, after the problem is reported by the automated alert system.

Resolution: Time it takes to resolve the problem

AFC-BSS Tender Document Page 95 of 105

Successful bidder must notify the fault to the Authority, via email, fax, and/or telephone, as soon as it

becomes aware of the fault, and must also keep the monitoring cell informed of progress towards

resolution in a timely manner.

Any fault that is not fixed within the stated resolution time will be escalated to the executive

management of the successful bidder, by the monitoring cell.

Faults will remain open until the call close time is reported to the monitoring cell.

In case of breach of SLA parameters, penalties will apply. Depending upon the nature, severity, and

duration of the breach, penalties in the form of stated percentage of monthly service charges or

compensation of loss of review due to outages (based on historical/transactional data) – whichever is

higher, will be imposed.

Minimum service levels to be maintained:

Service Parameter Service level Validation Penalty

1 Helpdesk

(Successful Bidder of

Lot# 1 and/or Lot# 2

and/or Lot# 3)

Resolution of issues

logged as per severity

categories and

definitions above

99% Generated

from

complaint

management

system

If 95%-99%

calls resolved

on-time, then

2% penalty

on monthly

charges

90%-94.99%

calls resolved

on time, then

5% penalty

on monthly

charges.

2 Bus Station network

(Successful Bidder of

Lot# 1 and/or Lot# 2)

Uptime (Including

turnstiles, validators,

station PC, switches,

communication devices

etc)

99.9% As reported by

the monitoring

system

2% of

monthly

charges for

less than

99.9% and 5%

of monthly

charges for

less than

97%. Or

AFC-BSS Tender Document Page 96 of 105

revenue loss,

based on

historic data,

whichever is

higher.

3 Data center operations

(Successful Bidder of

Lot# 1 and/or Lot# 2)

Uptime of application

and DMZ servers

99.9% As reported by

the monitoring

system

2% of

monthly

charges for

less than

99.9%. 5% of

monthly

charges for

less than

98%. Or

revenue loss,

based on

historic data,

whichever is

higher.

3 Backup/Restore

Management

(Successful Bidder of

Lot# 1 and/or Lot# 2)

Successful bidder must

take data backups as

per a defined and

agreed upon backup

schedule.

99% As reported by

the monitoring

system

If the

negligence is

found in the

periodic audit

report, bidder

will be fined

Rs 10,000 per

negligence.

4 Problem Management

(Successful Bidder of

Lot# 1 and/or Lot# 2

and/or Lot# 3)

Successful bidder shall

provide a root-cause

report every month if

there are more than 10

incidents of the same

type. Successful bidder

must take appropriate

and timely corrective

action to prevent

further issues from

same cause.

100% timely

submission

covering all

incidents

logged in

that month.

Root cause

report stating

incidents,

problems

faced by the

user, and

detailed

documentation

of corrective

actions taken.

5% penalty

on monthly

charges if the

successful

bidder does

not submit a

problem

report for

that month.

5% penalty if

successful

bidder does

AFC-BSS Tender Document Page 97 of 105

not perform

corrective

action for

more than

one calendar

month

5 Resource Management

(Successful Bidder of

Lot# 1 and/or Lot# 3)

Number of shift days

for which resources are

present at designated

locations/ total number

of shift days

99%

Averaged

over all

resources

designated

for services,

calculated

on a

monthly

basis

Attendance

track. Call logs,

Audit

logs/visits

measured on a

monthly basis.

If resource

availability is

less than 95%

payment shall

be deducted

on pro-rata

basis. (Total

cost per

day/no of

persons

deployed).

Further

deduction of

Rs. 3000 per

day per

resource will

be made on

account of

loss of

services.

Provided resource is

not as per specified

certification/experience

100% of the

resources

given

Experience

certificate of

personnel

submitted by

the successful

bidder

Per day

deduction of

0.5 * Monthly

value of that

manpower as

per market

norms)/30

6 Automated Fare

Collection field

equipment

(Successful Bidder of

Lot# 1 and/or Lot# 2)

Daily MIS report of the

equipment

uptime/outage

99.9% Report 2% of the

average sale

per day of the

location

AFC-BSS Tender Document Page 98 of 105

7 Vehicle tracking field

equipment

(Successful Bidder of

Lot# 1 and/or Lot# 2)

Daily MIS report of the

equipment

uptime/outage

99.9% Report 2% of the

average sale

per day

Calculation of uptime:

[[Actual uptime + Scheduled downtime]/total number of hours in a month] * 100

Breach of SLA

In case the successful bidder does not meet the service levels mentioned in document, for three (3)

continuous time periods, it will be treated as a breach of the Service Level Agreement. The following

steps will be taken in such a case:

1. A show cause notice will be issued.

2. Successful bidder must respond to the notice within 3 working days

3. If concerned Government Department/Authority is not satisfied with the reply, it may initiate

contract termination process.

Exclusions:

The service provider will be exempted from delays or slippages on SLA parameters arising out of delays

in execution due to delay in approval or review from Government of Punjab’s side. Any such delays will

be notified in writing.

AFC-BSS Tender Document Page 99 of 105

Annexure K: High-level Equipment Specifications

Notes: 1. All hardware equipment supplied as part of AFC-BSS must carry industry standard certifications

like U/L, CE etc to ascertain that the equipment have been manufactured and certified based on international standards.

2. The Equipment supplied shall withstand the harsh working conditions of vibration, heat, dust, moisture, rough usage, Radio interference. The Service Provider shall implement application software [Asset Tracking] to track the devices that are installed in the network using suitable identification methods. This could be possibly done by attaching a RFID Tag to all assets in operation in AFC-BSS.

Turnstile

Sr. #

ITEM

DESCRIPTION

1 Passage Prevention Tripod Arms/Flap Barriers/ADA Turnstiles , must be suitable for outdoor usage

2 Passage Way In/Out

3 Operational

Temperature -10C to + 70C

4 Passage Warning Visible warning sign

5 Speakers Equipped with Speakers for alarms

6 Accessories Standard

7

Token

Module/Throwaway

Tickets

Must be supported

8

RFID Token /

Collector

Mechanism

Must be supported

NOTE:

All materials should meet the ASTM standards as set forth by the materials industry.

Operating mechanism should consist of precision machined, interchangeable parts made out of high quality steel materials. No parts incapable of sustaining wear and tear should be used. All relevant components hardened and surface treated to ensure long life and reliable service. Self centering

AFC-BSS Tender Document Page 100 of 105

mechanism should be used in order to automatically return arms to the basic position regardless of force used to pass through the turnstile. Rotation mechanism is cushioned through shock dampening.

The modular mechanism design to be mounted on a thick steel plate so as to allow rapid maintenance.

Environmentally friendlier and biologically safer through e-coated surfaces.

The outer cabinet should be constructed from thick steel with stainless steel finish.

The hub should have openings for three arms 120 degrees apart. The hub should be manufactured so as to be protected against oxidation and discolouring.

Arms fabricated from stainless steel tubing with about 1” external diameter or more.

The operating mechanism should consist of a hardened locking assembly and interchangeable precision fabricated parts using high quality steel materials.

All important sub-assemblies made of machined high quality wear and tear resistant material.

Self-centering, sealed, maintenance free main bearing supports shaft and ratchet assembly.

The operating mechanism should contain of all electrical components (including power supply, transformers, reset system and access control interface).

Stainless steel cabinet has rounded edges and corners with no sharp exposed edges in order to prevent injuries.

Equipped with a locking mechanism to prevent tampering.

Magnetic / Solenoid locking mechanism (Magnetic shall be preferred).

Ultra low noise levels during turnstile operation.

Smart Cards/RFID Tokens/Throwaway Cards

The smart card to be used with the AFCS shall be ISO 14443 compliant. The Smart Card to be supplied by the operations team shall be Mifare 1K / Mifare Ultra lite/ Mifare Desfire 4K and shall be fully compliant with ISO/IEC 14443 and other relevant ISO/IEC standards.

The SC shall have an operating frequency of 13.56 MHz

The dimensions of the smart card shall comply with ISO 7810.

The resistance of the smart card to mechanical stress and chemicals shall comply with ISO 10373.

All SC used shall be suitable for personalization of one surface with photo and personal details as required by PMA/MBS-PMU .

Each smart card /token/throwaway shall have a unique external identification number that is linked to the card’s manufacturer supplied internal identification number which shall not be erasable or changeable. The external number shall be engraved or printed in a non-erasable, long lasting ink. The supplier of the cards shall provide an electronic correspondence list between the internal and the external card number where the two are not identical. The external number shall have a check digit to minimize the possibility of errors on data entry.

Fixed data shall be encoded onto Contact less Smart Cards by the Operator prior to issuing. Each Smart Card shall be encoded with a unique identification number, date of entering the AFCS, type, encoding device reference number and other pertinent data that shall not change throughout the life of the Smart Card.

Encoding on variable data fields shall be carried out by the Validator’s and field AFCS devices used by

AFC-BSS Tender Document Page 101 of 105

AFC-TMS.

The Contact-less Smart Cards / Coins shall be authenticated by all AFCS devices before the actual financial transactions are initiated in order to check originality.

AFCS equipment shall be able to check the integrity of the data on the Smart Card / Coins during processing. Smart Card / Coins which are no longer capable of being accurately encoded shall be detected, rejected and blocked.

Validators for Turnstiles (Off Board)

The validators shall be capable of performing a transaction with ISO14443 “Type A”cards / Single Trip Coins as a minimum.

The validator should read cards at a distance 0mm to 30 mm, but shall not operate at a distance that introduces a risk of unintentional operation(tolerance limit + 10%).

The validator shall read, write and verify all required data for the transactions associated with fare media to permit the application of all the business rules and the collection of all records required for the PMA’s accounting and reporting purposes.

Transaction time shall not exceed 300ms for agreed and used types of Contactless cards.

Validator shall be connected to the access gates, they shall control the access gates based on the validation process.

Validator should provide suitable interface proposed turnstile barriers for operations as defined by PMA.

Validators should have RTC in-built for clock management and should have onboard memory to manage business rules.

Validators for Ticket Inspectors

The bidder shall provide handheld terminals capable of reading contact less smartcard/token/ throwaway card for spot checking purposes. The handheld shall read media and display card information including last transaction details in-order to ascertain travel details from compliance perspective.

The handheld shall be programmable to include audit functions as desired by PMA audit process. The handheld should be able to store violation data and the same should have capability to communicate to the centralized system (AFC).

The device must be able to sell ticket/token to any evader while spot checking, any such data transmission to AFC to occur in real time.

Validator should have capabilities to link to the central system.

The validation & read/write cycle time for smart cards should be less than 300ms.

AFC-BSS Tender Document Page 102 of 105

The reader should read cards at a distance between 0mm to 30mm and shall not operate at a distance that introduces a risk of unintentional operation (tolerance limit + 10%).

The Validator shall read, write and verify all required data for the transactions associated with SC to permit the application of all the PMA’s business rules and the collection of all records required for the PMA’s accounting and reporting purposes.

Validator shall use serial ports, hi-speed LAN, WLAN, GPRS or USB communication protocols appropriately to achieve optimum performance.

It should have suitable Wi-fi and GPRS hardware built in to it so that the communication can be established.

Vehicle Location System – Driver Console, including GPS Tracker

Operating temperature -10 to +70 °C

Handling and storing MP3-files for announcements, as well as manual override for Passenger Information related announcements.

Control destination and line number signs.

Control interior information display & announcement.

Keep track of the vehicle’s position via GPS and distance counting etc.

Single push-button and audio Interface for two-way communication with PMA control center, by providing speaker and microphone interface

Communication and interface with other onboard units, e.g. Passenger Information System, Smart card readers, Passenger counter etc.

GPS time synchronization

Clock and Date Function

Map applications, navigation and driver guidance

Interface for Traffic light priority via data radio and loops.

Passenger Information System and Scheduler

Passenger Information System hardware shall consist of LED based display system for bus Stations and Buses. Following are the technical specifications for the display units. The passenger information system shall comprise of following components:

Display Screen on Bus Stations

Display Screen on Bus

Voice announcement system on Bus Passenger Information System on Bus

The Buses are pre fitted with Passenger Information System Display units and service provider shall provide interface and communication mechanism to drive the business process.

Passenger information system on bus shall function as an independent system and shall not be directly

AFC-BSS Tender Document Page 103 of 105

dependent on the central system.

They shall receive display information and voice announcement commands from the onboard GPS vehicle control module based on stored memory on the bus.

There shall be scrolling display of destination in Urdu & English alternatively along with fixed route number.

Simultaneously the route number and destination shall be announced so as to be audible to the passengers on the bus stop.

The audio messages and the video display shall be clearly audible/ visible in all weathers inside the bus. Voice Announcement System on Bus

The Voice Passenger Information System must play clearly audible pre-recorded voice announcements informing passengers of the next bus station on route. The voice PIS shall interface with the on-bus GPS module to gather location information and making appropriate next station announcement.

Passenger Information System at Stations

They shall display route and estimated arrival time (ETA). They may also be used to display public service information.

PIS display system shall display the next arriving bus with its color code, transit line and time.

All Outdoor Passenger Information Signs (PIS) shall be enclosed in a manner such as to inhibit entry of dirt, dust, water and other contaminants during normal operation or cleaning.

The enclosure shall be made of Aluminum 6063 so as to maintain high strength and rust resistance. All assembly screws are made of stainless steel, which makes them rust resistant as well. The Outdoor PAS should be tested up to IP 54. The IP Code (or International Protection Rating as defined in international standard IEC 60529).

All electronic circuit boards used in the Sign System shall be conformal coated to meet the requirements of military specification MIL-I-46058C. All Sign System light board components shall be certified to have been subjected to a "burn-in" test of a minimum of twelve (12) hours operation in a temperature of 140 degrees F. prior to final inspection.

The Outdoor message shall be readable by a person with 20/20 vision, from a distance of not less than 110 feet. The Outdoor PAS shall have a viewing cone of equal readability at 65 degrees on either side of a line perpendicular to the center of the mean plane of the display. The intensity of the illumination of the display pixels shall appear, to the naked eye, to be approximately uniform throughout the full viewing cone.

Amber LED’s o Super Luminosity LED made of AllnGaP II material o Diffused lens o 3.9mm x 3.4mm oval lens o Wide viewing angle 130 degrees side to side/65 degrees from center o Typical intensity of 770 mcd at nominal drive of 20 ma. o Typical wavelength of 590 nm

Sterling LED’s o High Luminous Output Sterling LED made of InGaN material o White Diffused lens o 3.9mm x 4.0mm oval lens o Wide viewing angle 130 degrees side to side/65 degrees from center o Minimum luminous intensity of 1500 mcd

The entire display area of all signs should be readable in direct sunlight, at night, and in all lighting conditions between those two lighting extremes, with evenly distributed illumination appearance to the

AFC-BSS Tender Document Page 104 of 105

un-aided eye in all conditions.

All sign displays shall consist of pixels utilizing High Intensity Light Emitting Diodes (“LED”), for superior outdoor environmental performance, of superior UV resistant Epoxy lens and superior resistance to the effects of moisture.

The sign system shall have multi-level intensity changes, which adjust automatically as a function of ambient lighting conditions.

There shall be no requirement for any fan or any specialized cooling or air circulation.

This LED shall be mounted such as to be visible directly to the observer positioned in the viewing cone, allowing for full readability 65 degrees either side of the destination sign centerline.

The LEDs shall be the only means of illumination of the sign system.

The LED illumination source shall have an operating life MTBF of not less than 100,000 hours.

Each LED shall not consume more than 0.02 Watts.

The characters formed by the System shall meet the requirements of the Americans with Disabilities Act (ADA) of 1990 Reference 49 CFR Section 38.39, or similar international standard pertaining to readability by the visually impaired community.

Ticket Vending Machine

Sr. #

ITEM

DESCRIPTION

1 Connectivity Integrated Ethernet port (TCP/IP) with separate EDGE/GPRS/UMTS router

2 Coin System Currency capability for different denominations

3 Bank Note Reader Accepts up to 15 banknotes per sale.

4 Ticketing Material RFID card based and/or RFID token (Bidder must ensure that proposed TVMS

conforms to the industry standards)

5 Housing/Locking Stainless steel housing with very high break-in resistance

6 Utility RFID Card Reader, Token Recharge

AFC-BSS Tender Document Page 105 of 105

Annexure L: Connectivity Specifications for MBS

Provision of fiber optics media is required at MBS route to fulfill the connectivity requirements

of AFC-BSS and to cater for the future needs of intelligent transportation system of Buss Rapid

Transit System at Ferozpur Road Lahore. The media will be initially used for AFC-BSS initially

and must have the provision of following items

Dedicated Fiber Optics cable deployment in 1 + 1 self-healing configuration mode is required on

Thirty two (32) Bus Stations and Eleven (11) Junctions at MBS track.

The network media should be capable to cater for the initially data requirements of AFC-BSS

and in future for ITS:

All backbone connectivity (end to end) is required on state of the art GPON (Gigabit

passive optical Network)

Provision of duct (4’’ Inches PVC ) pipe is already available on MBS track

Segment protection through development of ladder topology backbone is required

Layer 3 connectivity is required on each node for AFC-BSS System

Provision of independent for multiple VPNs and VLANs

Provision of IP Pool on each nodes and aggregation site is required as per actual basis

Aggregation on Core site “Arfa Software Technology Park, Lahore” NOC handoff is

required on Gigabit interface

Operations and Maintenance of the fiber network will be the sole responsibility of

solution provider

Guaranteed Network uptime 99.5% is required

Laying, installation and deployment of following items

Sr. Item Type

1 Single mode Fiber Cable 48 Fiber (Steel Armoured)

2 Single mode Fiber Cable (Backup) 12 Fiber (Steel Armoured)

3 ODF / Attachments / Misc As per industry Standard

Note: The above feature list covers the bare minimum requirements, however any services

provider can proposed any value added features